gpo 03-2013 - Project Exports Promotion Council of India

advertisement
GLOBAL PROJECT OPPORTUNITIES
March: 2013
Compiled by
Satpreet Kaur
PROJECT EXPORTS PROMOTION COUNCIL OF INDIA
(Set up by Ministry of Commerce & Industry, Government of India)
123, 1ST Floor, New Rajinder Nagar, Behind Shankar Road Market
Tel.:+91-11-45623100-01,Fax:+91-11-45623110
E-mail : info@projectexports.com Web-site : www.projectexports.com
Global Project Opportunities: March, 2013
INDEX
1.0
1.0
FOCUS
2
2.0
UPDATE :
3



8.
PROJECT CONSTRUCTION ITEMS :
94
(PROJECT GOODS)OVERSEAS ENQUIRIES
PROJECT EPC
Members
Institutions

3.0 FORTHCOMING EVENTS :
Fittings & Fixtures





6
A - Overseas:
(i) Fairs/Exhibitions
(ii) Business Delegations
(iii) Symposia/ Conferences/Training
Programmes


Materials

B - Domestic
4.0
EXPORT PROMOTION SCHEME
4.1 Financial Assistance

13

PROJECT OPPORTUNITIES



(Construction/Turnkey/Consultancy)
5.1
5.2
Stones



Tiles


(MDA & MAI Schemes)
5.0
Builders’ Hardware
Doors & windows
Sanitary & allied products
Electrical
Electro-mechanical & building
automation systems
Building components
CONSTRUCTION / TURNKEY
Marbles
Granites
Other
Ceramics
Others
Glass & Glazing Systems &
Architectural Products
Wood/Timber Products
Engineering Plastic Based Systems
Construction Chemicals & allied
products
Water
Social Infrastructure
Energy
14
31
56
CONSULTANCY
64
9.0
POLICY & PROCEDURES
10.0
TECHNOLOGICAL BREAKTHROUGHS :
PRODUCTS & PROCESSES
122
11.0
ARTICLES OF INTEREST
12.0
COUNTRY PROFILE: Republic of Yemen 127
6.0
PROJECT REPORTS
76
7.0
WORLD DEVELOPMENT NEWS:
82
I
News Clippings
II
Market/Country news
A. World Region / markets
(a) Asia
(b) Africa
(c) Middle East
(d) Others

Construction Equipmetns & accessories

Other Project goods
125
13.0 PEPC: WORKING COMMITTEE
132
14.0 ANNEXURES:
134
i. MDA Scheme
ii. MAI Scheme
iii. Screening Committee- Guidelenes
15.0
B. India news
116
SOURCES OF INFORMATION
143
PROJECT EXPORTS PROMOTION COUNCIL OF INDIA
123, New Rajender Nagar, Opp. Shankar Road Market, New Delhi- 110 060
E-mail : info@projectexports.com Web-site : www.projectexports.com
P.S. : Our members can download this newsletter from our website www.projectexports.com
The news items and information published herein have been collected from various sources, which are considered to be reliable. While
every care has been taken for authenticity of the material published, PROJECT EPC accepts no responsibility for authenticity or accuracy
of such items.
1
Global Project Opportunities: March, 2013
2.0
FOCUS
The present construction boom offers opportunities for all businesses operating in the Middle East,
from materials suppliers to contractors and service providers. The government is keen to promote
local firms, but it realises outside expertise will also be needed to help it achieve its many goals.
Qatar is open for business.
A construction boom is gathering pace that will see Qatar gain a $35bn integrated transport
system, with high-speed rail lines, light rail networks and a metro, which will enable travel around
the country and to neighbouring states. A major overhaul of roads and highways is also under way,
and the downtown area of Doha is getting a $5.5bn facelift. A series of mixed-use real estate
developments are moving ahead and the drainage and sewage system is being revamped and
extended in Doha.
In order to host the Fifa tournament in 2022, nine stadiums are planned to be built and three
existing sports venues are due to be upgraded. Dozens of hotels and resorts are also in the pipeline
to accommodate visiting football fans.
The biggest sectors among the top megaprojects are transport and construction, with projects
including the $45bn Lusail development and the $35bn Qatar Integrated Rail Project among the
largest. At the same time, investment is still being ploughed into projects to expand the country’s
industrial base, with several petrochemicals plants planned at Ras Laffan Industrial City in the north
of Qatar. Other schemes are already nearing completion, such as Hamad International airport. In
total, $223bn-worth of projects are planned or under way in the country.
FROM “GPO” DESK
2
Global Project Opportunities: March, 2013
2.0
UPDATE
P. E.P.C.
PROJECT EXPORTS PROMOTION COUNCIL OF INDIA (PEPC)
India is a country with large and diverse infrastructure sector. The Government of India recognized the
imperative need for the infrastructure sector and takes several initiatives like Committee of
Infrastructure, National Highway Development Project (NHDP), National Maritime Development
Programme (NMDP), Tax Holidays etc for the development and promotion of the sector. In the recent
years, there has been several improvements in sectors like roads & highways, ports, railways and
airports, the policy and regulatory framework is already in place and investment in infrastructure has
risen considerably however there are still significant gaps that need to be bridged.
With a view to create a platform for all the stakeholders and for the conclusive growth & development of
the Infrastructure sector, PEPC works with the Central and Foreign
Governments, National &
International development organizations like World Bank, Asian Development Bank etc, Government
Agencies, and various other stakeholders to promote the Project exports.
PEPC discusses policy, regulatory and procedural issues with its members, industry experts etc. and
advice appropriate reforms to the government for the development of the project exports. For making
conducive business environment PEPC highlights encumbrances being faced by the industry players in the
process of development of the sector and interacts with various national / international agencies for
making feasible measures to overcome those encumbrances.
PEPC supports the Government in its efforts towards projecting the project exports. It act as a reference
point for investors (Domestic & International) interested in the sector and provide information related to
government guidelines, investment opportunities, government & development agencies (which are
involved in the development process of the sector).
For promotion of the sector PEPC works proactively and suggests necessary procedures during the
process of policy formation, budgetary allocation, forming legal framework etc. by the government. To
maintain smooth progress PEPC also insist government to make essential provision for timely upgradation
of the policies on the basis of regular feedback from its members and industry players.
PEPC organizes several investment promotion programmes, conferences, seminars, workshops, etc on
regular basis for facilitating interaction between various government agencies, international bodies,
industry players and its members that provide prospects to raises issues pertaining to the sector and
exchange ideas. These networking events provide a platform to share thoughts, explore business
opportunities among the varied stakeholders of the project sector. These measures help to analyse the
present developments and identifies the ways to overcome the constraint of the sector.
PROJECT EXPORTS
Project Exports from India commenced with a modest beginning in the late 1970s. Since then, project
exports have evolved over the years, with Indian companies demonstrating capabilities and expertise
spanning a wide range of sectors. The nature of Project Exports being undertaken reflects the
technological maturity and industrial capabilities in the country. Project exports are broadly divided into
four categories:




Civil construction
Turnkey modules
Consultancy services
Supplies, primarily of capital goods and industrial manufactures
Each of the above are explained here:
3
Global Project Opportunities: March, 2013
Civil construction projects
Construction projects involve civil works, steel structural work, erection of utility equipment and include
projects for building dams, bridges, airports, railway lines, roads and bridges, apartments, office
complexes, hospitals, hotels, and desalination plants.
Turnkey projects
Turnkey projects involve supply of equipment along with related services and cover activities from the
conception stage to the commissioning of a project. Typical examples of turnkey projects are: supply,
erection and commissioning of boilers, power plants, transmission lines, sub-stations, plants for
manufacture of cement, sugar, textiles and chemicals.
Consultancy services
Services contracts, involving provision of know-how, skills, personnel and training are categorised as
consultancy projects. Typical examples of services contracts are: project implementation services,
management contracts for industrial plants, hospitals, hotels, oil exploration, charter hire of rigs and
locomotives, supervision of erection of plants, CAD/ CAM solutions in software exports, finance and
accounting systems.
Supply contracts
Supply contracts involve primarily export of capital goods and industrial manufactures. Typical examples
of supply contracts are: supply of stainless steel slabs and ferro-chrome manufacturing equipments,
diesel generators, pumps and compressors.
Project export contracts are generally of high value and exporters undertaking them are required to offer
competitive credit terms to be able to secure orders from foreign buyers in the face of stiff international
competition. Exim Bank plays a pivotal role in promoting and financing Indian companies in the execution
of projects. It has been closely associated with the growth of project exports from India by way of
providing finance, information and business advisory services. The bank supports Indian companies at all
stages of the project cycle from advance tender information, guidance in preparation of competitive bids
to providing financial facilities, including loans and guarantees. It extends funded and non-funded
facilities for overseas industrial turnkey projects, civil construction contracts, as well as technical and
consultancy service contracts. Exim Bank has in place a specialised cell to provide advance information to
Indian companies on projects being funded by multilateral funding agencies in various countries. Over
the past two decades, increasing number of projects have been executed by Indian companies in North
Africa, West Asia, South & South East Asia, CIS and Latin America.
The Reserve Bank of India has simplified the procedures for project and service exports, such as
deployment of temporary cash surpluses and inter-project transfer of machinery and funds. These
measures, first announced in the Mid-Term Review of Annual Policy Statement for 2006-07, will provide
more flexibility to exporters. The RBI said that the measures were subject to monitoring by banks.
Exporters will now be allowed to use the machinery or equipment used for a turnkey or construction
abroad, for executing a contract in another country. Currently, exporters are required to dispose of the
equipment, machinery, vehicles purchased abroad or arrange their import into India after completion of
the contracts. If it has to be used for another overseas project, the market value should be recovered
from the second project. Under the modified procedures, the RBI has permitted exporters to deploy their
temporary cash surpluses, generated outside India, in instruments such as deposits with overseas
branches or subsidiaries of a bank in India, a triple `A' rate short term paper abroad, including treasury
bills and other monetary instruments with a maturity or remaining maturity of one year or less. Now,
exporters are required to approach the RBI for overseas deployment of their temporary cash surpluses.
The apex bank has also permitted exporters to open, maintain and operate one or more foreign currency
account in a currency of their choice with inter-project transferability of funds in any currency or country.
4
Global Project Opportunities: March, 2013
SCREENING COMMITTEE
In accordance with the guidelines of Memorandum PEM (Project Export Manual) of the Reserve Bank of
India, the Working Group considers proposals pertaining to civil construction contracts only from the
Indian contractors who are on the approved list of the Ministry of Commerce & Industry(Govt. of India)
on the basis of meeting the requisite criteria set by the screening committee as under:
Minimum
acceptance
criteria
Screening Committee clearance
for
Prime Contractor
Sub-contractor
Contractor
to
Foreign
Prime
Sub-contractor to Indian Prime Contractor
Turnover
Networth
Experience
required
Rs. 10 Crores
Rs. 1 Crores
10 Years
Rs. 10 Crores
Rs. 25 Lakhs
7 Years
Rs.10 Crores
Rs. 10 Lakhs
3 Years
5
Global Project Opportunities: March, 2013
3.0
FORTHCOMING EVENTS
FAIRS/EXHIBITIONS
A – OVERSEAS
International Building & Design Expo ‘DesignBUILD AUSTRALASIA’ .
8-10 May 2013 Sydney
Convention & Exhibition Centre.
Australian International Building Materials & Equipment Exhibition – Architectural hardware, lighting, sanitary
ware, furniture, flooring, tile stone, granite, marble, Decorative accessories, wall finishes, Finishes &
Surfaces – dedicated flooring, wall covering and laminating products exhibition.
The exhibition will bring together a vast collection of surfacing products that range from the functional to the
beautiful. Architectural surfacing products including flooring, wall covering, cladding and work space
surfaces.
The National Plumbing Show will run in partnership with DesignBUILD Australian Exhibition Services P/Lhttp://www.designbuildexpo.com.au
Event overview
Dubbed as the longest running, most influential and the largest power and electricity event in the Asia
Pacific region for the last 15 years, Power & Electricity World Asia has been an annual platform for CLevel executives from governments, power and utility companies, energy suppliers, industry associations
and service providers to discuss development, investment and partnership opportunities in Asia.
Comprised of 6 co-located conferences and an integrated exhibition, this event brings together over
1,200 C Level executives from across the entire energy supply chain.
Who should attend



Power generators, IPPs & renewable energy
Transmission & distribution
Utilities (Electricity, water & gas)
6
Global Project Opportunities: March, 2013













Industrial & large energy users
Fuel suppliers
Government & regulators
Cleantech companies
Investors & financiers
Investment banks & financial solutions
Legal, risk & consulting
ICT, CRM, network & data management
Enterprise management & technology
Integrated smart grid solutions
EPCs, turbines & technology providers
Billing, payment & revenue management
Turnkey, PV, solar & energy storage
Reasons to attend




Access, meet & do business with over 1,200 C-Level executives across the entire energy
supply chain actively seeking investments & business growth
Hear over 100 case studies from over 150 speakers from major energy & utility companies in
Asia with an all-access pass to the 6 conferences
Tap into & benefit from the massive opportunities in the Asian energy industry through country
project showcases & country pavilions
Leverage on our series of business matching activities & participate in one-to-one business
meetings to secure capital & meet prospective clients for energy-related projects
Date: 25 - 26 March 2013
Venue: TBC
Phone: +971 (0) 4 368 1643
Iraq is the world’s third-largest oil exporter. It has the available natural, human and financial resources
to fulfil ambitions to hugely increase oil production. The obstacles however are significant: political,
logistical, legal, regulatory, financial, lack of security and sufficient skilled labour. For example according
to the IEA in 2011, grid electricity could meet only 55% of demand.
There are contracts in place already but will Iraq’s energy ambitions be realised?
Iraq Energy Projects will bring forth the challenges, risks and investment opportunities throughout the
complete integrated energy and utilities supply chain, with 7 dedicated streams on: Upstream,
Midstream, Downstream, Power, Water, Finance & Risk, Investor and Contractor Challenges.
Why Iraq Energy Projects 2013 is unique
7
Global Project Opportunities: March, 2013







A programme that has been intensively researched and geared to provide solutions to the
challenges and risks in Iraq’s energy development
Aimed at providing intelligence and assisting business decisions in Iraq
Speakers invited who can actually make a difference. Meet the key policy and decision makers on
the principal client side - not just those who are seeking more insight on the market
Complete project transparency - a platform designed to bring together the key players in Iraq’s
energy value chain to provide visibility of project plans covering all notable hydrocarbon, power
and water investment sectors
Hear who the key ministries are working with, talking to and what they want from the private
sector
Equal emphasis on oil & gas and power, covering both upstream and downstream progress
Unrivalled opportunity for senior decision makers in the regional energy and finance market to
attend a dedicated Iraq Energy Projects event.
Asia Pacific Rail 2013 is the region’s leading railway event, where operators, government authorities,
international leading consultants and solutions providers discuss growth opportunities, new investment
strategies, and service innovation.
Speaker organisations









MRT Corporation Hong Kong
Land Transport Authority Singapore
Bangkok Metro Public Company Thailand
Department of Transportation & Communications Philippines
Jaipur Metro Rail Corporation India
Ministry of Public Works and Transport, Cambodia
Ministry of Transportation Indonesia
MRT Co, Malaysia
The People's Committee of Ho Chi Minh City, Vietnam
Taiwan High Speed Rail Corporation
8
Global Project Opportunities: March, 2013
The BIG Show
International Exhibition of Building Materials, Construction Equipment and Interior
Furnishings
Country:
City:
Venue:
Date:
Oman
Muscat
Oman International Exhibition Centre
Show dates Build- Dismantling Deadline
up
2013:
-
17Mar-20Mar
German
G/Balland - Mar 2013
participation:
Show type:
International
Member of:
UFI
1st year of
show:
1998
Frequency:
Annual
Open to:
Trade visitors
Exhibits/mainArchitecture and Interior Design, Furniture, Textiles and Houseware: air conditioners and
sectors:
refrigerators, bathroom fittings, beds and bedding, carpets and flooring, doors, wall
panels and partitions, furniture and furnishing fabrics, glass-chroma fusion, home
decoration, interior design and architectural services, landscaping, paints, varnishes and
wallpapers, upholstery, related products and services. Building and Construction, Public
Works and Maintenance: building materials, systems and services, ceramics and tiles,
cleaning and maintenance equipment, construction and building chemicals, construction
equipment, machines, fire prevention and security systems, financial services,
insurances, hardware, prefabricated housing, real estate, sanitary, saunas and swimming
pools, other related products and services
Business
sectors:
Statistics:
Building, Construction, Interior Decoration
Data of 2011
National
Net sqm
Foreign
Total
Audited
4349
Exhibitors
168
Represented exhibitors
78
Visitors
7474
Exhibitors'
profile:
Building materials suppliers, contractors, interior decorators, paint manufacturers,
furnishers, upholsterers, designers, landscapers
Visitors'
profile:
Architects, interior designers, contractors, manufacturers, consultants, project managers,
property developer, property owners, engineers, purchasing managers, end-users / buyers,
real-estate agents, importers/distributors, suppliers and dealers
Organiser/s:Omanexpo LLC
P.O. Box 20
Wadi Al Kabir 117, Oman
Phone: +968 24660124 Fax: +968 24660125
Member of: IAEE UFI
9
Global Project Opportunities: March, 2013
In 2011 the tradeshow The BIG Show - International Exhibition of Building Materials, Construction
Equipment and Interior Furnishings served as a presentation platform for 168 exhibitors. These
tradeshow exhibitors presented their companies and services on a total of 4349 sqm at The BIG Show.
7474 visitors came to The BIG Show to inform themselves on the latest trends and innovations in the
following main exhibit sectors: Architecture and Interior Design, Furniture, Textiles and Houseware: air
conditioners and refrigerators, bathroom fittings, beds and bedding, carpets and flooring, doors, wall
panels and partitions, furniture and furnishing fabrics, glass-chroma fusion, home decoration, interior
design and architectural services, landscaping, paints, varnishes and wallpapers, upholstery, related
products and services. Building and Construction, Public Works and Maintenance: building materials,
systems and services, ceramics and tiles, cleaning and maintenance equipment, construction and building
chemicals, construction equipment, machines, fire prevention and security systems, financial services,
insurances, hardware, prefabricated housing, real estate, sanitary, saunas and swimming pools, other
related products and services.
In general the following kind of visitors are welcome at The BIG Show: Trade visitors. The frequency, at
which The BIG Show is held, is annual.
The BIG Show is hosted by the trade show organizer Omanexpo LLC.
WORLDBEX
Trade Show of the Building and Construction Industry
Country:
City:
Venue:
Date:
Philippines
Manila
Philippine Trade Training Center (PTTC)
World Trade Center Metro Manila (WTCMM)
Show dates Build- Dismantling Deadline
up
2013:
-
13Mar-17Mar
1st year of
show:
1996
Frequency:
Annual
Open to:
Trade visitors, last 2 days public admitted
Exhibits/mainBuilding materials, equipment and services, interior design and renovation, security and
sectors:
fire equipment, information technology and telecommunication
Business
sectors:
Statistics:
Building, Construction
Data of 2012
National
Foreign
Visitors
Visitors'
profile:
Total
Audited
152000
thereof 23% from foreign countries. Property developers, interior designers, architects,
engineers, contractors, trade professionals, product designers, distributors, importers /
exporters, construction developers, consultants, direct corporate users, government
representatives, purchasing officers
Organiser/s:Worldbex Services International
488 Boni Avenue, corner San Joaquin St.
Mandaluyong City, Metro Manila 1550, Philippines
10
Global Project Opportunities: March, 2013
Phone: +63 (0)2/531-6350
Fax: +63 (0)2/533-2026
The trade show WORLDBEX - Trade Show of the Building and Construction Industry takes place in
Manila, Philippines. The frequency of the trade show is annual. WORLDBEX is held at the venue
Philippine Trade Training Center (PTTC) and World Trade Center Metro Manila (WTCMM).
WORLDBEX is open to the following types of visitors: Trade visitors, last 2 days public admitted. The
year of the tradeshow's foundation is 1996.
Worldbex
Services
International
is
the
trade
show
organizer
in
charge
of
WORLDBEX.
On m+a ExpoDataBase WORLDBEX is assigned to the business sectors Building, Construction.
The Big 5 Saudi Arabia
International Building and Construction Show
Country:
City:
Venue:
Date:
Saudi Arabia
Jeddah
Jeddah Center for Forums & Events
Show dates Build- Dismantling Deadline
up
2013:
-
09Mar-12Mar
German
G/IEC - Mar 2013
participation:
1st year of
show:
2011
Frequency:
Annual
Open to:
Trade visitors
Exhibits/mainBathrooms, kitchens and sanitary ware, building service, communications, conveying
sectors:
systems, decorative products, electrical systems, finishes (coating, painting, gypsum,
tiling), fire suppression and protection, glass and glazing, HVAC, landscaping products
and services, marble, ceramic, stone, metal, steel, aluminum, openings, pipelines,
plumbing, water technology, safety and security equipment, software, IT, special
construction (swimming pools, fountains), thermal moisture protection, insulation, tools,
wood, plastic and composite
Business
sectors:
Statistics:
Building, Construction, Heating, Sanitation, Refrigeration, Air-Conditioning, Kitchen and
Bath
Data of 2011
National
Foreign
Net sqm
Total
Audited
5456
Exhibitors
306
Visitors
9082
Exhibitors'
profile:
Exhibitors from 28 countries
Visitors'
Visitors from 27 countries. Government purchasers, architects, importers, hoteliers, interior
11
Global Project Opportunities: March, 2013
profile:
designers, contractors, agents, distributors, retailers
Organiser/s:M.I.C.E. Arabia Group
dmg :: events Dubai LLC
P.O. Box 33817
Dubai, United Arab Emirates
Phone: +971 (0)4/4380-355
Fax: +971 (0)4/4380-358
Contact:
Patrick Gedeon
Phone: +971 (0)4/4380-355
Fax: +971 (0)4/4380-358
Mark Goodchild
Phone: +971 (0)4/4380-355
Fax: +971 (0)4/4380-358
The trade show The Big 5 Saudi Arabia - International Building and Construction Show takes place in
Jeddah, Saudi Arabia. The frequency of the trade show is annual.
In 2011 306 exhibitors seized the trade show The Big 5 Saudi Arabia as a presentation platform for
their products and services. With their trade show participation exhibitors occupied 5456 sqm. 9082
visitors attended The Big 5 Saudi Arabia to inform themselves on innovations and trends in their
business.
The
main
exhibit
sectors
of
the
trade
show
The
Big
5
Saudi
Arabia
are:
Bathrooms, kitchens and sanitary ware, building service, communications, conveying systems, decorative
products, electrical systems, finishes (coating, painting, gypsum, tiling), fire suppression and protection,
glass and glazing, HVAC, landscaping products and services, marble, ceramic, stone, metal, steel,
aluminum, openings, pipelines, plumbing, water technology, safety and security equipment, software, IT,
special construction (swimming pools, fountains), thermal moisture protection, insulation, tools, wood,
plastic and composite.
M.I.C.E. Arabia Group, dmg :: events Dubai LLC are the trade show organizers in charge of The Big 5
Saudi Arabia.
12
Global Project Opportunities: March, 2013
4.0
EXPORT PROMOTION SCHEMES
(FINANCIAL ASSISTANCE)
MARKET DEVEVELOPMENT ASSISTANCE
Under this scheme assistance is given to individual exporters for participation in following export
promotion activities abroad



Trade Delegations
BSMs
Trade Fairs/Exhibitions
The details of scheme is given as ANNEXURE-I.
MARKET ACCESS INITIATIVE (MAI)
The scheme is formulated on focus product- focus country approach to evolve specific strategy for
specific market and specific product through market studies/survey. Assistance would be provide to
Export Promotion Organizations/ Trade Promotion Organizations / Exporters etc. for enhancement of
export through accessing new markets or through increasing the share in the existing markets. Under the
Scheme the level of assistance for each eligible activities has been fixed.
The following activities will be eligible for financial assistance under the Scheme :

Research studies consistent with the priorities;

WTO Studies for evolving WTO compatible strategy;

To support EPCs/Trade Promotion Organistions in undertaking market studies/survey for evolving
proper strategies.

To support marketing projects abroad based on focus product - focus country approach. Under
marketing projects, the following activities will be funded:
o
o
o
o
o
o
o
o
o
o
o
o
Opening of Showrooms
Opening of Warehouses
Display in international departmental stores
Publicity Campaign and Brand Promotion
Participation in Trade Fairs, etc., abroad
Research and Product Development
Reverse visits of the prominent buyers etc. from the project focus countries
Export Potential Survey of the States;
Registration charges for product registration abroad for pharmaceuticals, bio-technology
and agro-chemicals;
Testing charges for engineering products abroad;
To support Cottage and handicrafts units;
To support Recognized associations in industrial clusters for marketing abroad
The details of schemes are given as ANNEXURE-II.
13
Global Project Opportunities: March, 2013
5.0
PROJECTS OPPORTUNITIES
(Construciton/Turnkey/Consultancy)
5.1
ENGINEERING /TURNKEY
WATER
Kathmandu Valley Water Supply Improvement Project, Nepal
Borrower/Bid No: KUKL/DNI/01/04
Invitation for Bids - Rebidding
1. The Government of Nepal has received a loan from the Asian Development Bank (ADB) towards the
cost of Kathmandu Valley Water Supply Improvement Project and intends to apply part of the proceeds of
this loan to eligible payments under the contract for construction and completion of the distribution
network improvement. Bidding is open only to bidders from eligible source countries of the ADB.
International Competitive Bidding (ICB) will be conducted in accordance with ADB’s Single-Stage: TwoEnvelope bidding procedure.
2. The Kathmandu Upatyaka Khanepani Limited (KUKL) (“the Employer”) invites sealed bids from
experienced and eligible bidders, based on post-qualification criteria, for the construction and completion
of the Works. The Works will comprise mainly of the supply and construction of approximately 220 km of
75-1000mm diameter HDPE and ductile iron pipes, necessary valves and chambers, and service
connections. In addition, the Works will include GIS development for the installed works, NRW
assessment, and interconnection works to an existing reservoir and existing pipelines. The Works are
divided into three (3) zones: DNI 1, 2 and 6, located in Kathmandu Metropolitan City and Lalitpur SubMetropolitan City.
3. The main qualification criteria are:
a.
Minimum average annual construction turnover of NPR fifteen hundred (1500) million.
b.
Cash-flow requirement, NPR one hundred and thirty (130) million, and the overall cash flow
requirements
for
this
contract
and
its
current
works
commitment.
c.
Experience under construction contracts in the role of contractor, subcontractor, or management
contractor
during
the
last
5
years
in
at
least
one
works
contract.
d.
Participation as contractor, management contractor, or subcontractor during the last five (5)
years, that have been successfully or are substantially completed, including the following minimum
number of contracts: One or two or
three contracts totaling at least 125 km length of HDPE pipe, with
diameters 75 mm to 1000 mm or greater; and One or two or three contracts totaling at least 45 km
length of DI pipe, with diameters 150 mm to 1000 mm or greater.
Further information on requirements for pipeline sizes, pipeline materials, and contract values is
contained in Section 3 of the Bidding Documents. Other requirements for construction experience in key
activities are contained in Section 3 of the Bidding Documents.
4. To obtain further information and inspect the bidding document, bidders should contact:
Project Director
Project Implementation Directorate (PID)
14
Global Project Opportunities: March, 2013
Kathmandu Upatyaka Khanepani Limited (KUKL)
1235/59 Tankaprasad Acharya Ghumti Sadak
Anamnagar, Kathmandu, Nepal
Telephone: 977 1 4224986
Facsimile number: 977 1 4224057
Electronic mail address: pidmail@kuklpid.org.np
Website: http://www.kuklpid.org.np/
5. To purchase the Bidding Document, eligible bidders should on or before 10 April 2013:
a.
either visit the office of Project Implementation Directorate at the address indicated above and
deposit a non-refundable fee of NRs 7500.00 or US $ 100.00 in the bank Account mentioned below; or
b.
request for delivery by sending a written application to The Project Director at the address
indicated above. The application must be supported by payment of NRs. 15,000.00 deposited in the
following bank for domestic delivery or US$ 300.00 for overseas delivery by International Bank Transfer
to the following account.
Name of Bank: NIC, New Road, Kathmandu
Account Name: Kathmandu Upatyaka Khanepani Limited
Account No.: 021384C
Swift Code: NICENPKA
c.
Documents will be sent by courier. No liability will be accepted for loss or late delivery. Please
note that payments must be routed through one of the following Correspondent Banks:
Name of Bank
JP Morgan Bank
New York, USA
CITI Bank New
York, USA
American Express
New York, USA
Account No
400911701
36143644
00740944
Swift Code
CHASUS33
CITIUS33
AEIBUS33
d.
An electronic copy of the bidding documents will be provided on CD to all purchasers of the
bidding documents. In the event of any discrepancy between hard copy bidding documents and soft copy
bidding documents, the hard copy shall govern.
6. A Pre-bid meeting shall be held at 14 hours on 21 March 2013 at PID Office at Anamnagar.
7. All bids must be accompanied by a security in an amount as specified in the Bidding Document (Data
Sheet), and must be delivered to the following address on or before 12:00 hours on 11 April 2013.
Project Director
Project Implementation Directorate (PID)
Kathmandu Upatyaka Khanepani Limited (KUKL)
1235/59 Tankaprasad Acharya Ghumti Sadak
Anamnagar, Kathmandu, Nepal
Telephone: 977 1 4224986
Facsimile number: 977 1 4224057
Electronic mail address: pidmail@kuklpid.org.np
In case this day falls on a public holiday, the bid submission deadline will be extended to 12:00 hours of
the following day. Technical Bids will be opened immediately after the bid submission deadline in the
presence of bidders' representatives who choose to attend.
15
Global Project Opportunities: March, 2013
8. The Project Implementation Directorate will not be responsible for any costs or expenses incurred by
bidders in connection with the preparation or delivery of Bids.
Design and Construction of Wastewater Treatment Plant in Dilijan and Jermuk, ASMWPWWTP-2012-13, Armenia
Project ID: 40718
Borrower/Bid No: 7041-IFT-40718
Invitation for tenders
Armenian Water and Sewerage Company CJSC, hereinafter referred to as “the Employer”, intends using
part of the proceeds of a loan from the European Bank for Reconstruction and Development [Bank], the
European Investment Bank [EIB] and a grant from the European Union Neighbourhood Investment
Facility [EU NIF] towards the cost of Armenian Small Municipalities Water Project.
The Employer now invites sealed tenders from contractors for the following contract to be funded from
part of the proceeds of the loans and the grant:
Design and construction of the wastewater treatment plants in Dilijan and Jermuk
The services comprise design, supply, installation, commissioning of plant and construction works for:
· Mechanical Waste Water Treatment Plant in Dilijan, approx. 42,000 total population equivalent at design
horizon
2032 (including some reserve for connection of the communities of Terghut and
Haghartsin) with a maximum flow
Qmax=200 l/s
· Mechanical Waste Water Treatment Plant in Jermuk, approx. 22,000 total population equivalent at
design horizon 2032 with a maximum flow Qmax = 110 l/s.
The services also comprise producing the general layout and calculation of the hydraulic flow for the
biological part of the above mentioned wastewater treatment plants.
The estimate contract duration will be
·
·
12 months ( 90 days for design and 275 days for construction) and
12 months Defect Notifications Period.
Tendering for contracts to be financed with the proceeds of a loans and the grant from the Bank is open
to firms from any country. The proceeds of the Bank’s loan will not be used for the purpose of any
payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a
decision of the United Nations Security Council taken under Chapter VII of the Charter of the United
Nations.
To be qualified for the award of a contract, tenderers must satisfy the following minimum criteria:
·Historical non-performance: Non-performance of a contract did not occur within the last three (3) years
prior to the deadline for tenders submission, based on all information on fully settled disputes or
litigation. All pending litigation shall in total not represent more than ten percent (10%) of the Tenderer’s
net worth and shall be treated as resolved against the Tenderer.
· Historical financial performance: The audited balance sheets for the last three (3) years shall be
submitted and must demonstrate the soundness of the Tenderer’s financial position, showing long-term
16
Global Project Opportunities: March, 2013
profitability
· Average Annual Turnover: Minimum average annual turnover of EUR 4,000,000 (four million),
calculated as total certified payments received for contracts in progress or completed, within the last
three (3) years
· Financial Resources: The Tenderer must demonstrate access to, or availability of, financial resources
such as liquid assets, unencumbered real assets, lines of credit, and other financial means net of other
contractual commitments, other than any contractual advance payments to meet the following cash-flow
requirement: EUR 800,000 (eight hundred thousand)
· Experience: The Tenderer shall demonstrate that it has successful experience as prime contractor in the
execution of at least three (3) projects of a nature and complexity comparable to the proposed contract
within the last five (5) years. In addition, the following specific experience:
a) Participation as contractor or management contractor in at least three (3) contracts within the last five
(5) years, each with a value of at least EUR 1,000,000 that have been successfully and substantially
completed and that are similar to the proposed Works. The similarity shall be based on the physical size,
complexity, methods/technology
b) For the above or other contracts executed during the last three (3) years a minimum experience in
the following key activities: design and construction of wastewater treatment plant with a capacity of at
least total population equivalent of 40,000 or at least a Qmax = 200l/s and the mechanical treatment as
the minimum for the treatment process
·
·
·
·
·
·
·
Personnel: Position – Total experience, years – In similar works, years
Project Manager – 10 – 5
Design Engineer – 10 – 5
Process Engineer – 5 – 3
Construction Site Engineer (one for each construction site) – 5 – 3
Quality Assurance //Quality Control Engineer – 5 – 3
Health, Safety and Environment Engineer – 5 – 3
·
·
·
·
·
·
·
Equipment: Equipment type and characteristics – minimum required number
Wheel based excavator operating weight at least 18 t – 2
Dozer, at least 200HP – 2
Backhoe loader – 2
Mobile Crane at east 50t – 2
Skid steer loader – 2
Dump Truck total weight 16 t – 2
· Criteria for joint ventures, consortiums and associations (JVCA): participation of JVCA is permitted.
Detailed criteria for JVCA is included in Volume I – Tender Data
· The Local Tenderers should submit a reference (issued not earlier than 15 days prior to the bid
submission
deadline) on not having any arrears to the RA Tax authorities.
·The Tenderers shall hold a valid and effective license/permit for design and hydro-technical facilities,
issued by the RA Urban Development Ministry. In case of the absence of this license/permit the
Tenderers shall submit with the bid a signed statement that if the bidder is awarded the Contract he will
obtain the required license from the RA Urban Development Ministry.
More details on the qualifying requirements are specified in Volume I – Tender Data.
Tender documents may be obtained from the office at the address below upon submission of written
application and payment of a non-refundable fee of EUR 100 or AMD 55,000. The method of payment
will be direct deposit to Armenian Water and Sewerage CJSC’s cash box or direct payment to Armenian
Water and Sewerage CJSC’s below specified account number:
17
Global Project Opportunities: March, 2013
Account No. 247010078175 with ARDSHININVESTBANK (SWIFT Code: ASHBAM22), 13, Grigor
Lusavorich Street, 0010, Yerevan, Republic of Armenia.
For Euro: account No. 16048000395500 with VTB Bank Armenia (SWIFT Code: ARMJAM22), 46,
Nalbandyan Street, 0010, Yerevan, Republic of Armenia
Upon receipt of appropriate evidence of payment of the non-refundable fee and written application, the
documents will promptly be dispatched; however, no liability can be accepted for their loss or late
delivery. In addition, if requested, the documents can be dispatched electronically after presentation by
the prospective tenderer of an appropriate evidence of payment of the non-refundable fee. In the event
of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail.
All tenders must be accompanied by a tender security of EUR 60,000 or its equivalent in a convertible
currency.
Tenders must be delivered to the office at the address below on or before 10.04.2013 at 15:00 (local
Armenian time) at which time they will be opened in the presence of those tenderers’ representatives
who choose to attend.
A register of potential tenderers who have purchased the tender documents may be inspected at the
address below.
Prospective tenderers may obtain further information from, and inspect and acquire the tender
documents at, the following office:
CONTACTS
Armenian Water and Sewerage CJSC
Mr. Norik Gevorgyan, Director of IPCD
Ms. Kristine Ghambaryan, Procurement Officer
8a, VardanantsBlind Alley, Floor 3
0010 Yerevan, Republic of Armenia
Tel.: +374 10 54 28 77
Fax.: +374 10 54 28 77
Email: ngevorgyan@armwater.am
kghambaryan@armwater.am
Construction of Wastewater Treatment Plants, Collection System and Sewer Service
Connections for Malabar and San Fernando Wastewater Catchments (Phase 1), Trinidad and
Tobago
Borrower/Bid No: WTC 337/2012
Invitation for Prequalification
The Water and Sewerage Authority wishes to advise that the Prequalification of Contractors for the
captioned
Tender
was
not
originally
advertised
on
Development
Business
website
(www.devbusiness.com) in accordance with the IDB policies. The Tendering period will now close on April
11, 2013. All submissions must be delivered to the offices of WASA at the address below by 2.00 pm.
Late submissions will NOT be accepted.
18
Global Project Opportunities: March, 2013
The Government of the Republic of Trinidad and Tobago has received financing from the Inter-American
Development Bank (IDB), Loan No. 2890/OC-TT “Multi-Phase Wastewater Rehabilitation Program – Phase
1”, and intends to apply part of the proceeds of this loan towards payments for the captioned
procurement. The general objective of the operation is to continue with the GORTT’s effort to improve the
environmental conditions of Trinidad and Tobago by decreasing the uncontrolled discharge of untreated
wastewater into the environment. The specific objectives of the Phase 1 works include the improvement
of the existing wastewater management services in Malabar and San Fernando Wastewater Catchments.
The Phase 1 works to be completed within the Malabar and San Fernando Wastewater Catchments
include the construction of the new Malabar and San Fernando Wastewater Treatment Plants, as well as
Collection Systems and Sewer Service Connections, within each catchment. The property connections
within the properties are not part of this contract. The Phase 1 contracts for Malabar and San Fernando
will be Build Contracts, including Operations and Maintenance (O&M) during the defects liability period.
Prequalified bidders will be required to submit proposals which include the provision of O&M services for
an additional two years after the Taking-Over certificate is issued for the WWTP. All consumables,
materials, spares, oiling & greasing, equipment, tools and labour are to be included in the overall
maintenance cost.
In anticipation of commencing Works in the last quarter of 2013, the Water and Sewerage Authority
intends to prequalify contractors for the Malabar and San Fernando Wastewater Project: It is expected
that Invitations to Bid will be issued in June 2013.
Prequalification will be conducted through the procedures specified in the Inter-American Development
Bank’s Policies for Procurement of Works and Goods financed by the Inter-American Development Bank
(current edition). Prequalification is open to all eligible bidders as defined in the Policies.
Interested eligible bidders may obtain further information from, and inspect the prequalification
documents at the Contracts Administration Unit, Water and Sewerage Authority at the address stated at
the end of the document during office hours, 8.00 am to 4.15 pm. The submission period for this
Prequalification will close on April 11, 2013. Interested respondents shall pay a non-refundable fee of One
Thousand T.T. Dollars (TT$ 1,000.00) to the Authority’s Cashier, Farm Road, St. Joseph. Alternatively,
the fee may be deposited or wire transferred to WASA’s Account at Republic Bank Limited, Tunapuna
West. Account No. 350-290-773-101. The Prequalification Documents will be sent by email to prospective
bidders upon payment of a non-refundable fee of One Thousand Trinidad and Tobago Dollars.
All submissions must be delivered to the offices of WASA at the address below by 2.00 pm on April 11th,
2013. Late submissions will NOT be accepted.
Attn: Purchasing Manager
Contracts Administration Unit
Purchasing Department
Water and Sewerage Authority of Trinidad and Tobago
Farm Road, St. Joseph
Trinidad and Tobago
Tel: 1-868-662-2302 ext. 2875
Fax: 1-868-645-5039
E-mail: purchasingandstores@wasa.gov.tt
Design, Supply, Construction, Installation, Testing and Takeover of the three (3) WWTP with
mechanical pretreatment: - Krk 20,800 PE and the main pipeline Jezevac- WWTP; - Omisalj
9,200 PE - Malinska-Njivice 45,000 PE, Croatia
19
Global Project Opportunities: March, 2013
Project ID: P102732
Borrower/Bid No: HV/ICB/K-CWG-1
Invitation for Bids
Design, supply, construction, installation, testing and takeover of the three (3) WWTP with mechanical
pretreatment:
- Krk 20.800 PE and the main pipeline Ježevac-WWTP;
- Omišalj 9.200 PE
- Malinska-Njivice 45.000 PE
The Republic of Croatia has received a loan from the International Bank for Reconstruction and Development
toward the cost of Coastal Cities Water Pollution Control Project 2 and it intends to apply part of the proceeds
of this loan to payments under the contract for design, supply, construction, installation, testing and
takeover of the three (3) WWTP with mechanical pretreatment: Krk 20.800 PE and the main pipeline
Ježevac-WWTP; Omišalj 9.200 PE; Malinska-Njivice 45.000 PE, HV/ICB/K-CWG-1, HV - EI 97/2011. Bidding
will be conducted through the international competitive bidding procedure specified in the World Bank's
Guidelines: Procurement under IBRD Loans and IDA Credits, May 2004 (revised October 2006), and is
open to all bidders from eligible source countries as defined in the guidelines.
The Employer PONIKVE d.o.o. KRK through of Commission Agent HRVATSKE VODE invites bids from
eligible bidders for contract to include engineering design (main and detailed), supply and installation of
equipment, civil works construction, pre-commissioning and commissioning for three (3) Waste Water
Treatment Plants on island Krk, main pipeline Ježevac-WWTP and access road to WWTP Malinska-Njivice.
Wastewater treatment plants are total capacity of: Krk 20.800 PE, Omišalj 9.200 PE and Malinska-Njivice
45.000 PE. Subject of this tender is the first phase. Design, construction, supply and installation of facilities
and equipment for mechanical pretreatment of waste water and acceptance and treatment of septic tank
contents for three (3) WWTPs will be carried out. This tender also includes the construction of sewer from
Ježevac to WWTP Krk with water supply to the plant and access road (app. 450 m), also access road to
WWTP Malinska-Njivice (app 920 m) will be constructed.
The time period for works execution including commissioning is eighteen 18 months (time for completion:
design, supply, construction, installation and completion of pre-commissioning activities shall be twelve (12)
months and time for commissioning activities and training six (6) months).
Interested eligible bidders may obtain further information from HRVATSKE VODE Unit for implementation
national water management projects and inspect the bidding documents at the address given below from
09.00 to 13.00.
A complete set of bidding documents in Croatian and/or in English may be purchased by interested bidders
since February 18, 2013 after the submission of written application with company contact information and
nominated person for contact to the address below and upon payment of a nonrefundable fee 1.500 HRK or
in an equal amount in free convertible currency.
The method of payment will be by direct deposit to accounts:
o for payment in kunas – bank account of Hrvatske vode with Zagrebacka banka
Zagreb, account no: 2360000-1101425545
o for payment in free convertible currency – foreign exchange account of Hrvatske vode
with Zagrebacka banka Zagreb, account no: 2100036202, Swift Code: ZABAHR2X,
IBAN
HR7723600001101425545
20
Global Project Opportunities: March, 2013
On the payment certificate purpose of payment should clearly state "Nonrefundable Deposit for Bidding
Document: WWTPs Krk". The document will be sent by ordinary mail or by courier service at the address
given in the written request.
Bidder shall bear all costs associated with delivery of bidding documents, both by ordinary mail or by courier
service. If the bidders choose delivery by courier service, preferable courier service and bidders referring
account no. should be noted in the written application.
Address for purchase and clarification of bidding documents is:
RIJEKA
HRVATSKE VODE
Unit for the Implementation of Coastal Cities Water Pollution Control Project
Ana Šuljic, dipl.ing.grad.
Sandra Sablic Mitrovic, dipl.ing.grad.
Ðure Šporera 3, 51000 Rijeka, Hrvatska
Tel: +385 (0)51 666 426
Tel: +385 (0)51 666 451
Fax: +385 (0)51 336 947
E-mail: asuljic@voda.hr
E-mail: ssablic@voda.hr
PIU Manager:
ZAGREB
HRVATSKE VODE
Unit for the Implementation of Coastal Cities Water Pollution Control Project
Fani Bojanic, M.Civ.Eng. – PIU Manager
Ulica grada Vukovara 220, 10000 Zagreb, Croatia
Tel: +385 (0)1 6307 658
Fax: +385 (0)1 6307 657
E-mail: fani.bojanic@voda.hr
from 09:00 to 11:00 hours (local time)
Bids must be delivered to the address below at or before April 04, 2013. till 12.00 local time. All bids must be
accompanied by a bid security of 800.000,00 HRK or an equivalent amount in a freely convertible currency.
Late bids will be rejected. Bids will be opened in the presence of the bidders' representatives who choose to
attend at the address below at 12.00 noon on April 04, 2013.
Address for bids submission is:
HRVATSKE VODE
Unit for the Implementation of National Water Management Project – Adriatic Project
Ðure Šporera 3, 51000 Rijeka, Hrvatska
1st floor, room 128
Construction of Nakhchivan City Wastewater Treatment Plant
Borrower/Bid No: MFF-033-T2-ICB-1.06
Invitation for Bids
1. The Republic of Azerbaijan received a loan from the Asian Development Bank (ADB) towards the cost
of the Water Supply and Sanitation Investment Program – Project 2. Part of this loan will be used for
21
Global Project Opportunities: March, 2013
payments under the above mentioned contract. Bidding is open to the bidders from eligible source
countries of the ADB. Qualifying requirements for assessment on a "Pass/Fail" basis are stipulated in
Section 3, Evaluation and Qualification Criteria of the bidding document.
2. The State Amelioration and Water Management Committee (SAWMC) of the Nakhchivan Autonomous
Republic (the Employer) invites sealed bids from eligible bidders for the Construction of Nakhchivan City
Wastewater
Treatment
Plant,
consisting
of,
but
not
limited
to
the
followings:
3. Construction of a Waste Water Treatment Plant consisting of administration and information buildings,
screen channel, grit chamber, stabilization basins, anaerobic and aerobic/anoxic tanks, MBR system
building and related equipments, generator and transformer buildings, sludge tank and sludge dewatering
unit, chlorination unit, SCADA system, valve chambers, asphalt roads, site works, etc. Average capacity
of the waste water treatment plant will be 1327 m3/h, and in peak - hours it will be 700 l/sec.
The estimated implementation period is 548 days.
4. All the works described above must be implemented as shown in the drawings and specifications. For
further information the bidders should refer to the details indicated in Section 6, Employer’s Requirement
of the bidding document.
5. To obtain further information and inspect the bidding document, bidders should contact:
Mr. Ibrahim Mammadov, Director of Project Management Unit (PMU)
State Amelioration and Water Management Committee, Nakhchivan AR
Khatai district, Nakhchivan
The Republic of Azerbaijan, Nakhchivan Autonomous Republic
Telephone: (+99436) 545-26-18
Facsimile number: (+99436) 545-30-67
Electronic mail address: dmstk@nakhchivan.az
6. To purchase the bidding document in English, eligible bidders should:





write to the above address requesting the bidding document for Construction of Nakhchivan City
Wastewater Treatment Plant.
pay a non-refundable fee of 200 Manats or $250 USD by direct deposit to the Account No.
mentioned below. No liability will be accepted for loss or late delivery.
You may receive the bidding document by courier post or by your representative.
The bidding document will be sent via courier post for an additional fee of 100 Manats or
$125USD for overseas delivery. No liability will be accepted for loss or late delivery.
Upon receipt of appropriate evidence of payment of the non refundable fee, the bidders may
receive the bidding document from the SAWMC office. Alternatively, SAWMC will dispatch the
bidding document to the interested bidders after receiving their appeal in written form and
evidence of payment.
Beneficiary’s Name:
TAX ID:
Beneficiary’s Bank:
Code:
TAX ID:
Correspondent Acc No:
SWIFT Code:
Manat account No:
USD account No:
State Amelioration and Water Management Committee
(SAWMC), Nakhchivan AR
0200022991
Nakhchivan Office of the Central Bank of Azerbaijan Republic
502906
0200087741
AZ88NABZ01451700000000012944
NABZAZ2C
AZ95NABZ12360150000000026944
AZ91NABZ12360250000000001840
7. Please deliver your bid in English language (preferable with Azeri translation) to the address above:

on or before the deadline 27 March 2013 at 10:00 a.m. (Baku Time)

together with a Bid Security as specified in the bidding document
22
Global Project Opportunities: March, 2013

there is no extra superiority for the bids translated into Azeri
8. Bids will be opened immediately after the deadline in the presence of bidders’ representatives who
choose to attend.
9. When comparing Bids, ADB's Domestic Preference Scheme will not be applied
Rehabilitation and Extension of the Water Supply Network, Montengro
Project ID: 41252
Borrower/Bid No: 7024-IFT-41252
Invitation for tenders
JP ViK Danilovgrad (JKZP Danilovgrad), hereinafter referred to as “the Employer”, intends using part of
the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) towards
the cost of Danilovgrad Municipal Infrastructure.
The Employer now invites sealed tenders from contractors for the following contract to be funded from
part of the proceeds of the loan:
Rehabilitation and extension of the water supply network
General description: The project concerns water investments and has one basic component:
-- construction of new or replacement of water supply pipelines and an improved water management
system; this component has four sub-projects:
(i)
(ii)
(iii)
Filenda - Bralenovica - Velja Paprat pipeline
Reconstruction of Oraska Jama Pumping Station and Replacement Pipeline to Filendar
Oraska Jama to Zagarac water supply pipeline, Transformer station
Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from
any country. The proceeds of the Bank's loan will not be used for the purpose of any payment to persons
or entities, of for any import of goods, if such payment or import is prohibited by a decision of the United
Nations Security Council taken under Chapter VII of the Charter of the United Nations.
To be qualified for the award of a contract, tenderers must satisfy the following requirements:
a) Eligibility Criteria
-- A Tenderer shall not have a conflict of interest. All Tenderers found to have a conflict of interest shall
be disqualified.
-- A Tenderer shall be disqualified if the Tenderer, an affiliate of the Tenderer, a party constituting the
Tenderer or an affiliate of a party constituting the Tenderer, is under a declaration of ineligibility by the
Bank, at the date of the deadline for Tender submission or thereafter.
-- No affiliate of the Employer shall be eligible to tender or participate in a tender in any capacity
whatsoever unless it can be demonstrated that there is not a significant degree of common ownership,
influence or control amongst the affiliate and the Employer.
-- Not having been excluded as a result of the Borrower’s country laws or official country regulations, or
by an act of compliance with UN Security Council resolution.
b) Historical Non-performance. A consistent history of historical non-performance and/or litigation
awards against the Tenderer or any partner of a joint venture may result in rejection of the tender.
c) Financial resources. The Tenderer shall demonstrate that it has access to, or has available, liquid
assets, unencumbered real assets, lines of credit, and other financial means sufficient to meet the
23
Global Project Opportunities: March, 2013
construction cash flow for the contract for a period of 4 (four) months, estimated as not less than EUR
600,000.00 (six hundred thousand) equivalent, taking into account the applicant's commitments for other
contracts.
d) Average annual turnover. The Tenderer shall have an average annual construction turnover
(defined as billing for works in progress and completed) over the last 3 (three) financial years of not less
than EUR 3,000,000.00 (three million) equivalent. The Leading Partner of a JVCA shall have an average
annual construction turnover (defined as billing for works in progress and completed) over the last 3
(three) financial years of not less than 3,000,000.00 (three million) EURO equivalent.
e) Specific experience. The Tenderer shall demonstrate that it has successful experience as prime
contractor in the execution of at least 3 (three) projects of water supply networks of a nature and
complexity comparable to the proposed contract that have been successfully and substantially completed
within the last 5 (five) years prior to the tender submission deadline, each with a value of at least EUR
1,200,000.00 (excluding VAT). The Tenderer must demonstrate that works and supplies have been done
directly by him in position of prime contractor or leading company of JV.
Tender documents may be obtained from the office at the address below upon payment of a nonrefundable fee of EUR 150.00.
Please make a payment to the following bank account number: ME2555003503000003853, JP
“VODOVOD I KANALIZACIJA” with Societe General Banka Montenegro PDBPMEPG.
Upon receipt of appropriate evidence of payment of the non-refundable fee, the documents will promptly
be dispatched; however, no liability can be accepted for their loss or late delivery.
All tenders must be accompanied by a tender security of EUR 60,000.00.
Tenders must be delivered to the office at the address below on or before 13.00 pm on 29 March 2013 at
which time they will be opened in the presence of those tenderers’ representatives who choose to attend.
A register of potential tenderers who have purchased the tender documents may be inspected at the
address below.
Prospective tenderers may obtain further information from, and inspect and acquire the tender
documents at, the following office:
CONTACTS
Contact name: Mr. Andjelko Topalovic
Employer: JP ViK Danilovgrad (JKZP Danilovgrad)
Address: Caja Scepanovica bb
Danilovgrad
81410
State of Montenegro
Tel: +382 20 811 550
Email: jkzpdanilovgrad@t-com.me
Construction of Water Storage Structures in Mannar
Borrower/Bid No: STRU/M/12
Invitation for Bids
24
Global Project Opportunities: March, 2013
1. The Democratic Socialist Republic of Sri Lanka has received a loan from the Asian Development Bank
(ADB) towards the cost of the Dry Zone Urban Water and Sanitation Project (DZUWSP). Part of this loan
will be used for payments under the contract named above. Bidding is open to bidders from eligible
source countries of the ADB.
2. The Chairman, Cabinet Appointed Procurement Committee, on behalf of the Ministry of Water Supply
and Drainage now invites sealed bids from eligible bidders through International Competitive Bidding
(ICB) on Single-Stage: One-Envelope procedure (ICB/SS-1E) for Construction of Water Storage
Structures in Mannar.
3. Only eligible bidders with the following key qualifications should participate in this bidding:
The bidder shall have minimum average annual construction turnover of USD 5.85 million calculated as
total certified payments received for Contract in progress or completed, within last three (03) years.
Participation in at least One (01) Contract, within the last ten (10) years that has been successfully or
substantially completed and that is similar to the proposed works, where the value of Bidder’s
participation exceeds USD 4.0 million. The similarity of the Bidder’s participation shall be based on the
physical size nature of works, complexity of methods, technology or other characteristics described in
Section 6, (Employer’s Requirements).
The Bidder must demonstrate access to, or availability of, liquid assets, lines of credit or other financial
resources, (other than any contractual advance payments) to meet the Bidder’s financial resources
requirement for this contract and current contract commitments as indicated in Form Fin-4.
4. Interested bidders may obtain further information from:
Assistant General Manager (Tenders and Contracts),
National Water Supply & Drainage Board (NWSDB),
Galle Road, Ratmalana
Telephone number: 011-2635885 or 011-2638999 Ext. 1750
Facsimile number 011-2635885
E-mail: agmtenders@waterboard.lk
The bidding documents may be inspected free of charge at the office of the Assistant General Manager,
(Tenders and Contracts), NWSDB, Galle Road, Ratmalana, Sri Lanka.
5. A complete set of the bidding document in English language may be purchased by interested bidders
on the submission of a written application on a business Letter Head to the Assistant General Manager
(Tenders and Contracts), NWSDB, Galle Road, Ratmalana, from 11 February 2013 until 27 March 2013
during 09:00 hours to 15:00 hours on normal working days. The bid document shall be obtained upon
payment of a non refundable tender fee of LKR. 15,000.00 plus VAT in cash or USD 150 inclusive of VAT
in cash or Bank Draft in favor of National Water Supply and Drainage Board.
The NWSDB will promptly dispatch the documents by registered airmail or by courier service on request
with an additional USD 120 but under no circumstances will the NWSDB be held responsible for late
delivery or loss of documents so sent out. Payment could be made on Swift Transfer.
Swift Code – BCEYLKLX
IBAN – 7010-051-1994324
Bank of Ceylon, Dehiwala Branch, Sri Lanka
6. Bids shall be delivered to the Office of the Director (Procurement), Ministry of Water Supply and
Drainage, “Lakdiya Medura”, No 35, Sunil Mawatha, Pelawatta, Battaramulla, Sri Lanka to receive on or
before 28 March 2013, 10:00 a.m. together with a Bid Security in the amount as specified in the Bidding
Document (Data Sheet). For conversion purposes, please consider the selling exchange rate published by
the Central Bank of Sri Lanka prevails on the date 28 days prior to the deadline for submission of bids.
Bids will be opened immediately after the deadline after closing in the presence of the bidders’
representatives who choose to attend.
25
Global Project Opportunities: March, 2013
Manufacture & Supply of Three (3) Waste Transfer Vessels
Project ID: P108078
Borrower/Bid No: (IUL) 13-K/13/2013/31
1. The Government of the Republic of Maldives has received credit from the International Development
Association (IDA) towards the cost of Maldives Environmental Management Project (MEMP), and it
intends to apply part of the proceeds of this credit to eligible payments under the Contract for the
Manufacture & Supply of Three (3) Waste Transfer Vessels.
2. The Ministry of Finance and Treasury, on behalf of Ministry of Environment and Energy (the Employer),
invites bids from eligible and qualified bidders to the Manufacture & Supply of Three (3) Waste Transfer
Vessels.
3. Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in
the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits and Grants by World Bank
Borrowers dated January 2011, and is open to all bidders from Eligible Source Countries as defined in the
Guidelines.
4. A complete set of the Bidding Documents in electronic format may be obtained from Tender Evaluation
Section of Ministry of Finance and Treasury, from February 21, 2013 to April 17, 2013 between 0830 hrs
and 1430 hrs on all working days, upon payment of a non-refundable fee of MVR 1,500.00 (Maldivian
Rufiyaa One Thousand Five Hundred).
5. All bids shall be accompanied by a bid security equivalent to USD 1,000.00 (One Thousand US Dollars)
which shall be valid for 28 days beyond the validity of the Bid.
6. Bids shall be valid for a period of 91 days from the date of bid opening and shall be delivered to the
Ministry of Finance and Treasury at the address specified below for Bids, on or before 1100 hrs Maldivian
time on April 18, 2013, and will be opened at 1100 hrs in the presence of the Bidders who wish to attend
the bid opening.
7. Qualification requirements are stated in the Bidding Document. Margin of preference shall not be
applicable.
8. Interested eligible bidders may obtain further information from Ministry of Finance and Treasury and
Treasury and inspect the Bidding Documents at the address given below
Mr. Abbas Adil Riza
State Minister
Tender Evaluation Section
Ministry of Finance and Treasury
Ameenee Magu
Malé, Maldives
Tel: (960) 3349266, (960) 3349106
Fax: (960) 3320706, (960) 3324432
E-mail: tender@finance.gov.mv
9. This Invitation for Bid is also published in the Ministry of Finance and Treasury website
www.finance.gov.mv
Mr. Abbas Adil Riza
State Minister
Tender Evaluation Section
Ministry of Finance and Treasury
Ameenee Magu
26
Global Project Opportunities: March, 2013
Malé, Maldives
Tel: (960) 3349266, (960) 3349106
Fax: (960) 3320706, (960) 3324432
E-mail: tender@finance.gov.mv
Rehabilitation / New Construction of Sewers in Samarkand
Project ID: P112719
Borrower/Bid No: SOVK/W/07 (R)
1. The Republic of Uzbekistan received a credit from the International Development Association (IDA) in
the amount of 35,6 million SDR (special drawing rights) (equivalent to 55,0 million US dollars) for
financing of the Bukhara and Samarkand Sewerage Project and intends to apply part of the funds to
cover eligible payments under the Contract for construction works in Samarkand City according to the
following:
Rehabilitation / New Construction of Sewers in Samarkand:
SOVK/W/07-ICB Lot #2 (Rebidding)




Construction of gravity sewer in Shota Rustaveli street, from Navoi avenue up to Rudaki
street (Ø300mm, length 0,84 km);
Construction of gravity sewer in Rudaki, Shayboni streets, from intersection of
Dagbitskaya Rudaki streets along Shayboni street (Ø200-500mm, length 1,4 km)
Construction of gravity sewer in Hamza street, from Andijanskaya street up to PS-2
(Ø200-300mm, length 1,15 km);
Construction of gravity sewer in Chirakchinskaya street, from Chirakchinskaya street up
to PS-2 (Ø300mm, length 0,5 km);
SOVK/W/07-ICB Lot #4 (Rebidding)


Construction of gravity sewer in Hodja Ahrori Vali street, from Lihachova street up to
Kulolon street (Ø200-800mm, length 1,8 km);
Construction of gravity sewer in Uzbekistanskaya street, from apartment houses #1A,
#1B along Registanskaya street up to Dagbitskaya street (Ø300-400mm, length 0,62
km).
2. Samarkand Regional Production State Enterprise "Suvokova" now invites sealed bids from eligible
bidders for the above-mentioned works.
The bidding will be conducted through the international competitive bidding procedures as specified in the
World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits published in May, 2004 and
revised in October, 2006 and is open to all eligible bidders as defined in the guidelines.
3. Interested eligible bidders may obtain further information from and inspect the bidding documents from
the Project Coordination Unit at the address below during office hours (9.00-18.00). A complete set of the
bidding documents in English may be purchased by interested bidders on the submission of a written
application to the address below and upon payment of a nonrefundable fee. The fee, to defray printing and
mailing/shipping costs, should be nominal of UZS 400 000 or US$ 200. The method of payment will be
Bank transfer to the stipulated below account. The document will be sent by air-mail for overseas delivery
and by courier for local delivery.
World Bank Projects Coordination Unit of Agency Uzkommunkhizmat
1, Niyozbek yuli, Tashkent 100035, Uzbekistan
"Uzkommunkhizmat" Agency, room #201
Tel: (99871) 235-47-89
Fax: (99871) 235-82-90
E-mail: pcu.tashkent@gmail.com
27
Global Project Opportunities: March, 2013
Beneficiary: World Bank Projects Coordination Unit of Agency Uzkommunkhizmat
Bank account:
for USD: 20210840704262646012
for UZS: 20210000604262646001
in JSB Khamkor Bank
SWIFT code: KHKKUZ22XXX
Correspondent Bank: RAIFFISEN BANK INTERNATIONAL AG, Austria
SWIFT: RZSBAATWW
4. Bids shall be valid for a period of 90 days after Bid opening and must be accompanied by a bid security
in the form of a Bank Guarantee at the value of 20,000.00 USD or 40,000,000.00 UZS for each lot or
equivalent in a freely convertible currency and the original of which shall be delivered to the PCU office:
Room 201, 2nd floor
1, Niyozbek yuli, Tashkent 100035, Uzbekistan
Fax: (99871) 235-82-90
Tel: (99871) 235-47-89
E-mail: pcu.tashkent@gmail.com
on or before 16:00 of April 2, 2013 at which time they will be opened in the presence of the bidders who
wish to attend. Late bids will be rejected.
Opening of bid proposals will be held in the Meeting room of "Uzkommunkhizmat" Agency:
Meeting room, 4nd floor, 1, Niyozbek yuli,
Tashkent 100035, Uzbekistan at 16:05 (local time), April 2, 2013
Room 201, 2nd floor,
1, Niyozbek yuli, Tashkent 100035, Uzbekistan
Fax: (99871) 235-82-90
Tel: (99871) 235-47-89
E-mail: pcu.tashkent@gmail.com
Rehabilitation of Main Waste Water Treatment Plant in Bukhara
Project ID: P112719
Borrower/Bid No: BVK/W/06
1. The Republic of Uzbekistan received a credit from the International Development Association (IDA) in
the amount of 35,6 million SDR (special drawing rights) (equivalent to 55,0 million US dollars) for
financing of the Bukhara and Samarkand Sewerage Project and intends to apply part of the funds to
cover eligible payments under the Contract for construction works in Bukhara City according to the
following:
*Rehabilitation of Main Waste Water Treatment Plant in Bukhara.
2. Bukhara Regional Production Enterprise "Suvokova" now invites sealed bids from eligible bidders for
the above-mentioned works.
The bidding will be conducted through the international competitive bidding procedures as specified in the
World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits published in May, 2004 and
revised in October, 2006 and is open to all eligible bidders as defined in the guidelines.
3. Interested eligible bidders may obtain further information from and inspect the bidding documents from
the Project Coordination Unit at the address below during office hours (9.00-18.00). A complete set of the
bidding documents in English may be purchased by interested bidders on the submission of a written
application to the address below and upon payment of a nonrefundable fee. The fee, to defray printing and
mailing/shipping costs, should be nominal of UZS 400 000 or US$ 200. The method of payment will be
28
Global Project Opportunities: March, 2013
Bank transfer to the stipulated below account. The document will be sent by air-mail for overseas delivery
and by courier for local delivery.
World Bank Projects Coordination Unit of Agency Uzkommunkhizmat
1, Niyozbek yuli, Tashkent 100035, Uzbekistan
"Uzkommunkhizmat" Agency, room No. 201
Tel: (99871) 235-47-89
Fax: (99871) 235-82-90
E-mail: pcu.tashkent@gmail.com
Beneficiary: World Bank Projects Coordination Unit of Agency Uzkommunkhizmat
Bank account:
For USD: 20210840704262646012
For UZS: 20210000604262646001
In JSB Khamkor Bank (bank code 00443)
SWIFT code: KHKKUZ22XXX
Correspondent Bank: RAIFFISEN BANK INTERNATIONAL AG, Austria
SWIFT: RZSBAATWW
4. Bids shall be valid for a period of 90 days after Bid opening and must be accompanied by a bid security
in the form of a Bank Guarantee for the value of USD 100 000 or UZS 200 000 000 or equivalent in a
freely convertible currency and the original of which shall be delivered to the PCU office:
Room 201, 2nd floor
1, Niyozbek yuli, Tashkent 100035, Uzbekistan
Fax: (99871) 235-82-90
Tel: (99871) 235-47-89
E-mail: pcu.tashkent@gmail.com
on or before 16:00 of April 2, 2013 at which time they will be opened in the presence of the bidders who
wish to attend. Late bids will be rejected.
Opening of bid proposals will be held in the Meeting room of "Uzkommunkhizmat" Agency:
Meeting room, 4nd floor, 1, Niyozbek yuli,
Tashkent 100035, Uzbekistan at 16:00 (local time), April 2, 2013
Room 201, 2nd floor
1, Niyozbek yuli, Tashkent 100035, Uzbekistan
Fax: (99871) 235-82-90
Tel: (99871) 235-47-89
E-mail: pcu.tashkent@gmail.com
29
Global Project Opportunities: March, 2013
Kuwait: Waste disposal services (Al-Sabah A) - Tender Details
Description
Bid closing date
Bid Bond
Tender no.
Miscellaneous
Details Available
on Payment of
Documents
availiable from
Client
Address
Preparation of cleaning, internal transport and waste disposal services at the AlSabah C medical area for the Health Ministry
19 March, 2013
KD80,000
MQA/3-1/2012/2013
The client is the Health Ministry. Tender documents must be collected from the
Central Tenders Committee. Open to prequalified contractors only
KD2,500
Central Tenders Committee
Health Ministry
PO Box 1070, Safat 13011
Phone
(965) 2401200
Fax
(965) 2416574
Email
Website
info@ctc.gov.kw
www.ctc.gov.kw
Qatar: TSE distribution network upgrade - Tender Details
Description
Bid closing date
Bid Bond
Tender no.
Details Available
on Payment of
Client
Department
Address
Upgrading of a treated sewage effluent (TSE) distribution network, CCTV survey
and GRP lining works, and refurbishment of the existing sewerage network in
Mesaieed. The scope of works includes the remaining defective areas of the
sewerage network in the catchment area of other pumping stations
31 March, 2013
QR300,000
GT13102600
QR500
Qatar Petroleum
Contracts
Corporate Division, Room G-11, Fourth Floor, Block G, Royal Plaza, Al-Sadd Street,
PO Box 3212, Do
30
Global Project Opportunities: March, 2013
SOCIAL INFRASTRUCTURE
Danang - QuangNgai Expressway Development Project , Vietnam
Project ID: P106235
Borrower/Bid No: EDDQP-PQ PKG A1, A2, A3 AND A5
The Socialist Republic of Vietnam has received a loan and credit from the International Bank for
Reconstruction and Development (IBRD) and International Development Association (IDA) toward the cost
of Da Nang-QuangNgai Expressway Development Project, and it intends to apply part of the proceeds of
these loan and credits to payments under the contract for Civil Works, including Package A1 (Km65+000 –
Km81+150); Package A2 (Km81+150 – Km99+500); PackageA3 (Km99+500 – Km110+100); Package
A5 (Km124+700 – Km131+500 & Km131+500 – Km139+263).
Vietnam Expressway Corporationintends to prequalify contractors and/or firms for PackagesA1, A2, A3
and A5 - Construction of road, bridges, culverts and other miscellaneous items. It is expected that
invitations for bid will be made in October, 2013.
Prequalification will be conducted through prequalification procedures specified in the World Bank
Procurement Guidelines dated May 2004, revised in October 2006 and May 2010, and is open to all
bidders from eligible source countries, as defined in the guidelines.
Interested eligible applicants may obtain further information from and inspect the prequalification
document at the Vietnam Expressway Corporation (address below) from 8:00am to 5:00pm (Monday to
Friday).
A complete set of the prequalification document in English and Vietnamese may be purchased by
interested applicants (a) on the submission of a written application to the address below and upon
payment of a nonrefundable fee of 100 USD (one hundred US Dollar). The method of payment will be
cashier's check or direct deposit to specified account as follows:
Vietnam Expressway Corporation
USD account: 020004211678
VND account: 020001269012
Sacombank – Dong Da Branch
The document will be received directly in person at the address below or by a courier service. However,
in case of by a courier service, Vietnam Expressway Corporation will not be responsible for loss or late
delivery of the Prequalification Document.
Applications can be made for any contract or combination of contracts. Applicants will be assessed for the
contract or all combinations of contracts they apply for and will be prequalified for the contract or those
combinations for which they have demonstrated sufficient capacity. Although prequalification's is invited
for the four Packages A1, A2, A3 and A5 simultaneously, the bidding documents for each of these
contracts may be issued at different times.
Applications for prequalification should be submitted in sealed envelopes, delivered to the address below,
before 14h00 on May 10, 2013 and be clearly marked "Application to Prequalify for Da Nang –
31
Global Project Opportunities: March, 2013
QuangNgai Expressway Development Project – PackagesA1, A2, A3 and A5 (or any single Package or
combinations of packages that the Applicant applies for)".
Vietnam Expressway Corporation
Attn: Dr. Mai Tuan Anh - General Director
6thFloor, MITEC-VEC Building, lot E2,CauGiay New Urban Area
Hanoi, Vietnam
Tel: (84-4)-36430275
Fax: (84-4)-36430270
E-mail: duongcaotoc@vnn.vn
Alat - Astara Highway, Masalli to Jalilabad Intersection (km 142+890 to km 110+300),
Azerbaijan
Borrower/Bid No: 02/2013/AZE
Invitation for Bids
1. The Republic of Azerbaijan has applied for a loan from the Asian Development Bank (ADB) towards the
cost of the Second Road Network Development Investment Program which includes the Alat - Astara
Highway Project. Part of this loan will be used for payments under the contract named above. Bidding is
open
to
bidders
from
eligible
source
countries
of
the
ADB.
2. The Ministry of Transport, Azeryolservis ASC (“the Employer”) invites sealed bids from eligible bidders
who can demonstrate that they satisfy defined qualification criteria for the construction and completion of
the Masalli to Jalilabad Intersection (km 142+890 to km 110+300) section of the Alat - Astara Highway.
This is a 32.2 km long section of motorway which begins at the future interchange near Jalilabad Station
and ends south of the city of Masalli. The whole motorway has a new alignment independent from any
existing road. The section contains 16 bridges including two underpass tunnels for a local railway and a
local road, and two other interchanges. The Works are to be completed within two and a half years.
3. Bidders may bid for the Works, provided that they meet the appropriate qualifying criteria and are
determined to be able to perform the contract satisfactorily.
4. The bidding is open to all eligible Bidders that meet the criteria prescribed in the bidding document
that include:
i.
a minimum annual construction turnover over the last 3 years of US$ 180 million;
ii.
access to financial resources such as liquid assets, unencumbered real assets, lines of credit and
other financial means to meet their current cash flow commitments and those required for this project;
iii.
participation as contractor, management contractor or subcontractor in at least two contracts
within the last five years that have been successfully or substantially completed, that are similar to the
proposed works and where the value of the Bidder’s participation has exceeded US$ 150 million;
iv.
a minimum construction experience in the following key activities, in any one year during the last
five years:
a)
b)
c)
construction of at least 2,200,000 cubic meters of embankment in any one year;
construction of multi-span bridges with bridge deck areas of at least 7,000 square meters
in any one year;
laying of at least 100,000 cubic meters of granular pavement material in any one year;
32
Global Project Opportunities: March, 2013
d)
laying of at least 90,000 cubic meters of asphalt in any one year.
5. International Competitive Bidding (ICB) will be conducted in accordance with ADB's Single-Stage: TwoEnvelope bidding procedure and is open to all Bidders from eligible source countries.
6. Interested and eligible bidders may contact at the following address from 10:00 a.m. to 4:00 p.m.
on all working days to obtain further information and inspect the bidding document:
Attention: Mr. Javid Qurbanov – Chairman
Contact Person: Mr. Seymur Garamanov
Street address: 72/4 U. Hajibeyov Street
Floor/Room: 2nd Floor
City: Baku
Zip Code: AZ1010
Telephone: (+994 12) 4936009
Facsimile number: (+994 12) 4936009
Electronic mail address: piu4@piu-ahp.az
7. To purchase the bidding document in English, eligible bidders should:
write to address above requesting bidding document for 02/2013/AZE Alat - Astara
Highway, Masalli
to
Jalilabad
Intersection (km
142+890
to
km
110+300);
pay a non-refundable fee of AZN 200 or USD 250. The method of payment will be cash or
by bank transfer to:
Azerbaijan Republic International Bank Transport Branch
SWIFT: IBAZAZ2X
Account Number: AZ21IBAZ38050019449345490205 AZN
AZ11IBAZ38150018409345490205 USD
Identification Number: 9900013141
8. The Ministry of Transport,
expenses incurred by Bidders
Azeryolservis ASC shall not be responsible for any costs or
in connection with the preparation or delivery of Bids.
9. Bids, complete in all respect, must be delivered:
to the address indicated in paragraph 6 above;
on or before the deadline: 17:00 hours on Tuesday 30 April 2013
together with a Bid Security as described in the Bidding Document (Bid Data Sheet)
Late bids will be rejected. Bids will be opened immediately after the deadline in the presence
of bidders’ representatives who choose to attend.
Construction of Gulwe Bridge (42 M) and its Approach Roads (1.53 Km) at Chainage 14+100
along Mpwapwa - Gulwe - Kibakwe - Chipogoro Regional Road, R472, Tanzania
Project ID: P055120
Borrower/Bid No: AE/001/2012-13/HQ/W/101
Invitation for Bids
1.
The Government of the United Republic of Tanzania has received a Credit from the International
Development Association (IDA), towards the cost of the Transport Sector Support Project (TSSP),
and intends to apply part of the proceeds of this Credit to cover eligible payments under the
Contract for the Construction of Gulwe Bridge (42 m) and its Approach Roads (1.53 km) at
Chainage 14+100 along Mpwapwa - Gulwe - Kibakwe - Chipogoro Regional Road, R472
33
Global Project Opportunities: March, 2013
Bidding is being conducted through International Competitive Bidding (ICB) as specified in the
Public Procurement Act, 2004 and its Regulations for Procurement of Goods, Works, NonConsultants Services and Disposal of Public Assets by Tender of 2005.
2. The Tanzania National Roads Agency (TANROADS) an Agency of the Ministry of Works hereinafter
referred to as the Employer now invites sealed bids from eligible and qualified bidders for carrying
out the works for Construction of Gulwe Bridge (42 m) and its Approach Roads (1.53 km) at
Chainage 14+100 along Mpwapwa - Gulwe - Kibakwe - Chipogoro Regional Road, R472, Tender
No. AE/001/2012-13/HQ/W101.
The Works consist of construction of 1 bridge, 2 concrete box culverts and 3 pipe culverts of 900
diameters. The estimated quantities for major works items are:
Table 1: The Estimated Quantities for Major Works items
S/N
Description
Unit
Estimated
Quantity
1
Excavations
m3
23,600
2
Formwork Class U2 for base slab, aprons and bases of
wing walls
m2
90
3
Vertical formwork class U1 for walls
m2
700
4
Horizontal formwork class U1 for slab
m2
140
5
Vertical formwork class F2 finish
m2
3150
6
Horizontal formwork to provide class F2 surface finish
m2
1,390
7
Inclined formwork
m2
1,050
8
High tensile steel bars
tonnes
180
9
Concrete Class 15/20 blinding Concrete
m3
30
10
Concrete Class 20/25 for structural members
m3
250
11
Class W30/20 concrete in sub structure (abutment, wing
walls,piers and footings)
m3
527
12
Class W40/20 concrete in Deck slab (beams and slab)
m3
220
13
Class W25/20 concrete for Approach slab
m3
23
14
Class W40/20 concrete to parapets (Parapet and kerbs)
m3
30
15
900mm diameter pre-fabricated pipe culverts
m
80
16
Improved subgrade layer G15 quality material for
approach roads
m3
2,800
17
Improved subgrade layer G7 quality material for approach
roads
m3
43,200
34
Global Project Opportunities: March, 2013
S/N
18
Description
Natural Gravel Class G25
Unit
Estimated
Quantity
m3
2,500
3. Bidders should note that to qualify for award of the contract, they are required to meet
certain minimum qualifying criteria. It should be noted that bidders must be able to demonstrate
that, in the capacity as a prime Contractor, they should have successfully completed at least two
(2) projects of similar nature and complexity within the last 10 (ten) years. Bidders are required
to provide full and detailed particulars of their financial capability to perform such works and to
demonstrate that they have experienced key personnel with appropriate qualifications. Bidders
should also note that the works must be completed within Twelve (12) months inclusive of three
(3) months mobilisation period and that they are required to provide detailed particulars of all
items of equipment and plant that they deem necessary to deploy for the timely completion of
the works.
4.
Interested eligible Bidders may obtain further information and inspect the bidding documents at
the office of The Secretary, TANROADS HQ Tender Board, 4th Floor, Airtel House , Ali Hassan
Mwinyi/Kawawa Roads Junction, Dar es Salaam; Telephone: +255 22 2926001/6 between 08:00
am and 04:30 pm from Monday to Friday inclusive, except on public holidays.
5.
A complete set of bidding documents (and additional copies) may be purchased by interested
bidders at the above office, on submission of a written application to the address given above and
upon payment of a non-refundable fee of TShs 200,000.00 (Tanzania Shillings Two Hundred
Thousand only) or its equivalent in freely convertible currency for each set, payable by Banker's
Cheque, Banker's Draft or Cash to the Chief Executive, Tanzania National Roads Agency
(TANROADS), P. O. Box 11364, Dar es Salaam.
6.
Bids shall be valid for a period of 120 days after Bid opening, and must be accompanied by a "Bid
Security" in original and in an acceptable form in the amount of TShs. 75,000,000.00 (Tanzania
Shillings Seventy Five Million only) or its equivalent in a freely convertible currency, and the bid
must be submitted or be sent by a registered post clearly addressed to: The Secretary,
TANROADS Headquarters Tender Board, 4th Floor, Airtel House , Ali Hassan Mwinyi/Kawawa
Roads Junction, P.O. Box 11364 Dar es Salaam, TANZANIA so as to reach him on or before the
deadline for submission of bids.
The Bid Security shall be clearly addressed to: The Chief Executive, TANROADS, P. O. Box 11364,
Dar es Salaam. The Bid Security shall be valid for 150 days from the deadline for submission of
bids.
7.
The deadline for submission of bids shall be at 10:00 Hours local time on 22nd April, 2013. Bids
will be opened in public in the TANROADS Conference Room, 4th Floor, TANROADS Headquarters,
Airtel House, Ali Hassan Mwinyi/Kawawa Roads Junction, Dar es Salaam, immediately after
submission deadline and in the presence of Bidders' representatives who choose to attend. The
outer cover of the bids must be clearly marked "CONSTRUCTION OF GULWE BRIDGE (42 M) AND
ITS APPROACH ROADS (1.53 KM) AT CHAINAGE 14+100 ALONG MPWAPWA - GULWE - KIBAKWE
- CHIPOGORO REGIONAL ROAD, R472, TENDER NO. AE/001/2012-113/HQ/W/101".
8. A combined site visit and pre-bid meeting will be held on 20th March 2013 at 09:00 hours local
time at the offices of the Regional Manager, TANROADS, Dodoma Region. The visit will commence
at the Regional Manager's Office
9. Late bids, partial bids, electronic bids, bids sent by fax/telex, bids not received, not opened
and not read out in public at the bid opening ceremony shall not be considered for evaluation
irrespective of the circumstances.
35
Global Project Opportunities: March, 2013
Tanzania National Roads Agency
Eng. Patrick Mfugale
Chief Executive
P. O. Box 11364
Dar es Salaam, Tanzania
Tel: +255222926001tanroadshq@tanroads.org
Sibiu – Urban transport project – Phase II, Romania
Upgrade and Refurbishment of Streets along Public Transport Routes AREA G. URECHE – A.
FRANCE STREETS
Borrower/Bid No: 7022-IFT-40338
Invitation for tenders
The Municipality of Sibiu, hereinafter referred to as “the Employer”, intends using part of the proceeds of
a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of the
upgrade and refurbishment of streets along public transport routes within the City of Sibiu.
The Municipality of Sibiu now invites sealed tenders from contractors for the following contract to be
funded from part of the proceeds of the loan:
The contract involves the upgrading and refurbishment, including the drainage, of two streets within the
City of Sibiu. The works concern:

The upgrading and refurbishment of Grigore Ureche and Anatole France streets, approximate
distance 0.45 km.

Work will generally include the reconstruction of the road and pavements as well as the
installation of the associated road drainage.

Work will be carried out under FIDIC Conditions of Contract for Construction – Red Book, First
edition 1999.
Tendering for the Project is open to contractors from any country. The contract is expected to be
completed within 6 months plus Defect Notification Period of 4 year.
To be qualified for the award of a contract, tenderers must satisfy the minimum criteria:
--an average annual turnover above 1 Million Euro in the last 3 years; in case of a joint venture the
leading firm had an average turnover above 0.8 Million Euro
--general experience in contracts as general contractor, subcontractor or contractor management for the
past 5 years
--3 similar projects, in size and nature, concluded in the last 5 years. Recommendations from previous
employers and
Taking-Over Certificates related to projects / contracts presented as similar experience.
--Availability of equipment, staff and facilities, neccessary to produce at least: 50 tonnes of asphalt mix
(fully automated production), 50 tonnes of ballast and base course material, 150 m of Pre fabricated
kerbs and the availability of a materials testing laboratory either on site or local to Sibiu for a proper
quality assurance (2nd degree laboratory acc. to Romanian law)
36
Global Project Opportunities: March, 2013
--in the case in which a tenderer or, in the case of an association (JVCA), the leader of JVCA, has ongoing
comitments with a value greater than or equal to 50% of the average turnover for the past 3 years, then
the tenderer has the obligation to demonstrate, excluding any doubt, that has the capacity to carry out
this contract within the set execution period, in accordance with the stipulations included in the
documentation, ensuring a superior quality of the executed works --the availability of a key staff
comprising:

the Project Manager – with a degree in civil engineering, more than 7 years
professional experience, thereof 3 years in similar position on road upgrading /
construction works, experienced with internationally financed projects and FIDIC
Conditions of contract, English fluent;
 1 civil engineer who are qualified civil engineers with more than 7 years of experience
thereof 3 years in leading Site Management position, experienced with FIDIC
Conditions of Contract, capable of English;
 Materials Expert, Geotechnical Engineer, Utilities Engineer, each a qualified expert with
more than 7 years of experience and proven in knowledge of Romanian and
international standards (EN) and capable of English
A complete set of Tender Documents may be purchased from 7th of February 2013 upon submission of a
written application to the below given Email address and upon payment of a non-refundable fee of 50 €
(fifty EURO) or equivalent in a convertible currency against the presentation of the respective payment
slip to the Bank Account No (IBAN) RO85RNCB0227036048490011 (for EURO payments) opened at the
BCR (Banca Comerciala Romana) Sibiu, Emil Cioran str. no. 1. or RO58TREZ57621360250XXXXX (for LEI
paymets) opened at Trezoreria Mun. Sibiu.
Upon receipt of appropriate evidence of payment of the non-refundable fee, the documents will promptly
be dispatched. If requested, the documents will be promptly dispatched by courier, but no liability can be
accepted for loss or late delivery. In addition, if requested, the documents can be dispatched
electronically after presentation by the prospective tenderer of an appropriate evidence of payment of the
non-refundable fee. In the event of discrepancy between electronic and hard copies of the documents,
the hard copy shall prevail.
All tenders must be accompanied by a tender security of 5.000 € or its equivalent in a convertible
currency.
Tenders must be delivered to the office at the address below on or before 22nd of March 2013 at 10:00
hours (a.m.) local time. Electronic tender shall not be permitted. Late bids will be rejected. Tenders will
be opened on 22nd of March 2013 at 10:30 hours (local time) in the presence of the Tenderers’
representatives who choose to attend.
A register of potential tenderers who have purchased the tender documents may be inspected at the
address below.
Prospective tenderers may obtain further information from, and inspect and acquire the tender
documents at the following office:
CONTACTS
Mrs. Ioana Leca
Municipality of Sibiu
Brukenthal Street, no. 2
Room 320, Sibiu 550178
ROMANIA
Tel: +40 269 20 88 73
Fax:+40 269 208 981
37
Global Project Opportunities: March, 2013
Rehabilitation and Improvement of Regional Roads , Macedonia
Project ID: 39311
Borrower/Bid No: 7025-IFT-39311
Invitation for tenders
Project: Rehabilitation and Improvement of Regional Roads
LOT No.1 – R2432 Angelci – Veljusa – Vodoca - Banica
LOT No.2 – R2433 Radovis – Konce - Lubnica
LOT No.3 – R1107 Kavadarci - Musov grob
LOT No.4 – R1201 Struga - Debar
Public Enterprise for State Roads, hereinafter referred to as "the Employer", intends using part of the
proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) towards the
cost of the above cited project.
The Employer now invites sealed tenders from contractors for the following contracts to be funded from
part of the proceeds of the loan:
Rehabilitation and Improvement of Regional Roads
LOT
LOT
LOT
LOT
No.1
No.2
No.3
No.4
–
–
–
–
R2432
R2433
R1107
R1201
Angelci – Veljusa – Vodoca - Banica
Radovis – Konce - Lubnica
Kavadarci - Musov grob
Struga - Debar
Tenderers are invited to submit a tender for each of the following Lots separately: Lot 1, Lot 2, Lot 3 or
Lot 4, and for as many Lots as interested. The Tenderers are permitted to offer discount for the award of
more than one Lot. Any such discount will be taken into account in the tender evaluation process. Each
lot must be priced separately. Tenders for each Lot should be complete. Partial or incomplete tenders will
be rejected. Contracts for Lot 1, Lot 2, Lot 3 and Lot 4 will be awarded on the basis of the lowest overall
evaluated cost to the Employer. To be eligible for contract award, any Tenderer submitting tenders for
more than one Lot will be required to demonstrate in its tenders that it meets the specified summarized
qualification criteria for the Lots for which it is seeking contract award. In the event of a Tenderer which
has submitted tenders for more than one Lot failing to demonstrate in its tenders that it meets the
specified summarized qualification criteria for the Lots for which the tenders are submitted, the Employer
retains the right to determine which, if any, Lot will be awarded to the Tenderer following the principle
that, subsequent to application of any discounts, contracts for each Lots will be awarded on the basis of
the lowest overall evaluated cost to the Employer.
Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from
any country.
To be qualified for the award of a contracts, tenderers must satisfy the following minimum
criteria:
Experience under contracts in the role of contractor, or management contractor for at least the last seven
[7] years prior to the applications submission deadline, and with activity in at least seven (7) months in
each year.
General experience: (i) time period in the construction works in the role of contractor, or management
contractor for min. seven (7) years, (ii) average annual turnover over last three (3) years equivalent to
minimum 1,5 mil.EUR for Lot no.1, minimum 6,5 mil.EUR for Lot no.2, minimum 6,0 mil.EUR for Lot 3,
and minimum 10,0 mil.EUR for Lot no.4, or minimum the sum of the average annual turnovers required
for each Lot for which the tenderer is submitting its tender;
38
Global Project Opportunities: March, 2013
Particular Construction Experience: (i) Required number of similar contracts completed: Successful
experience in at least (1) one contract in construction, and/or rehabilitation and/or reconstruction of
paved roads, in the role of contractor, or management contractor, within the last (5) five years, each
with a value of at least 0,6 mil.EUR for Lot no.1; 2,6 mil.EUR for Lot no.2; 2,4 mil.EUR for Lot no.3; and
4,0 mil.EUR for Lot no.4, or at least (1) one contract with value of at least the sum of the values specified
for each Lot separately, for which the tenderer is submitting its tenders; (ii) For the above or other
contracts executed within the last (5) five years, the following minimum experience in key activities is
required for:
Lot 1:
-- 5,000 m3/year earthworks
-- 7,000 t/year asphalt concrete production
-- 20 m’/year culvert construction works
Lot 2:
-- 7,000 m3/year earthworks
-- 8,000 t/year asphalt concrete production
-- 30 m’/year culvert construction works
Lot 3:
-- 7,000 m3/year earthworks
-- 8,000 t/year asphalt concrete production
-- 30 m’/year culvert construction works
Lot 4:
-- 10,000 m3/year earthworks
-- 10,000 t/year asphalt concrete production
-- 40m’/year culvert construction works, or cumulative of the quantities specified for each Lot separately,
for which the tenderer is submitting its tenders.
Personnel Capabilities: Project Manager no.1 per Lot, which must have at least 10 years of total
experience with at least 7 years in similar works; Assistant for earth, asphalt and concrete works no.1
per Lot, which must have at least 7 years of total experience with at least 5 years in similar works.
Short term Environmental Expert no.1 regardless the number of Lots for which the Tenderer is submitting
its tenders, Surveyor no.1 per Lot, Chief of Laboratory no.1 regardless the number of Lots for which the
Tenderer is submitting its tenders, which must have at least 7 years of total experience with at least 5
years in similar works.
The tenderer shall propose different personnel for each Lot, except for the Environmental expert and
Chief of laboratory for which the tenderer is allowed to offer one expert for all Lots.
Equipment Capabilities: the Tenderer should own or have assured access to the following key
equipment: (i) Equipment for excavation with capacity of at least 1.000 m3/day (bulldozers, scrapers,
excavator, not older than 10 years) , (ii) Concrete plant with capacity of at least 20 m3/h on the territory
of the Republic of Macedonia (iii) Asphalt plant with capacity of at least 80 t/h for production of asphalt
on the territory of the Republic of Macedonia, (iv) Pavers for building-in of asphalt (not older than 10
years), (v) Scrapping equipment (not older than 10 years), (vi) Graders (not older than 10 years), (vii)
Rollers (1 steel drum and 1 pneumatic typed (not older than 10 years), (viii) trucks 12 m3 and 6 m3 (not
older than 15 years), (ix) emulsion sprayers (not older than 10 years), (x) laboratory equipped for the
complete quality control (not older than 15 years for all lots);
The tenderer shall propose different equipment for each Lot, except for the asphalt and concrete plant for
which the tenderer is allowed to offer one asphalt and concrete plant for both Lots (1 and/or 2) and one
asphalt and concrete plant for both Lots (3 and/or 4).
39
Global Project Opportunities: March, 2013
Financial Capabilities: the Tenderer must demonstrate financial capabilities to meet minimum required
Cash flow of 500.000 EUR equivalent for Lot no.1; 1.300.000 EUR equivalent for Lot 2; 1.200.000 EUR
equivalent for Lot no.3 and 2.000.000 EUR equivalent for Lot no.4; or the sum of the values of Cash
flows specified for each Lot separately, for which the tenderer is submitting its tenders;
Joint Ventures: The partners in JV must meet together all required criteria. There is no limitation of the
number of Partners in JV.
Subcontracting: is limited to max.30% of all works per Lot.
More detailed qualification requirements are presented in the Tender documents.
Tender documents may be obtained from the office at the address below upon payment of a
nonrefundable fee of 200 Euro or 12.000,00 MKD (Macedonian Denars). If requested, the documents will
be promptly dispatched by currier, but no liability can be accepted for loss or late delivery.
Address of the Employer:
Public Enterprise for State Roads
Str. Dame Gruev no.14,
1000 Skopje
Republic of Macedonia
Tel: +389 2 118 044
Fax: +389 2 220 535
Issuing of Tender documents: Room no. 9, floor 3
For Payment in denars (MKD):
Name of the beneficiary: Public Enterprise for State Roads - Skopje
Bank deponent: Stopanska banka AD - Skopje
Account number 200002541821457
Registry number 4080013533677
Unique identification number: 6839673
For Payment in (EUR):
Correspondent Bank details: Deutsche Bunbdesbank Zentrale
Address: Wilhelm Epstain strasse 14, Frankfurt am Main, Germany
SWIFT BIC: MARK DE FF
Bank details:
National Bank of the Republic of Macedonia
Address: Kompleks Banki bb, 1000 Skopje, Macedonia
SWIFT BIC: NBRM MK 2X
Final beneficiary:
IBAN: MK07 1007 0100 0004 729
Name:
Agency for State Roads – Skopje / Public Enterprise for State Roads
The Bidder has an obligation to settle its banking cost
All tenders must be accompanied by a tender security for each Lot separately in the following amounts:
--For LOT no.1: Bank Guarantee of amount of 738.000 MKD or 12.000 EUR or equivalent amount in a
freely convertible currency;
--For LOT no.2: Bank Guarantee of amount of 3.198.000 MKD or 52.000 EUR or equivalent amount in a
freely convertible currency;
40
Global Project Opportunities: March, 2013
--For LOT no.3: Bank Guarantee of amount of 3.382.500 MKD or 50.000 EUR or equivalent amount in a
freely convertible currency;
--For LOT no.4: Bank Guarantee of amount of 4.920.000 MKD or 80.000 EUR or equivalent amount in a
freely convertible currency;
Tenders must be delivered at the address below on or before 12:00 (local time) on 29.03.2013, at which
time they will be opened in presence of those tenderers’ representatives who choose to attend.
A register of potential tenderers who have purchased the tender documents may be inspected at the
address below. Pre-tender meeting is not foreseen for this tender.
Prospective tenderers may obtain further information from, and inspect and acquire the tender
documents, at the following office:
CONTACTS:
Public Enterprise for State Roads
Str. Dame Gruev no.14, 1000 Skopje,
Republic of Macedonia
Receipt of the Tenders: Room no.2, floor 6 (Archive)
Public Opening of the Tenders: Conference hall, floor 6
Contact person: Misko Arsov
Tel: +389 2 3118 044;
Fax: +389 2 3220 535;
Prequalification of contractors for a wide range of construction services, Saint Lucia
Invitation for Prequalification of Contractors for International Competitive Bidding (ICB)
The Government of St. Lucia (GOSL) has received a loan from the Caribbean Development Bank (CDB) in
an amount equivalent to 12.0 mn United States Dollars (US$) toward the cost of Basic Education
Enhancement Project (BEEP), and intends to apply a portion of the proceeds of this loan to eligible
payments under this contract. Payment by CDB will be made only at the request of GOSL and upon
approval by CDB, and will be subject, in all respects, to the terms and conditions of the Loan Agreement.
The Loan Agreement prohibits a withdrawal from the Loan Account for the purpose of any payment to
persons or entities, or for any import of goods, if such payment or import, to the knowledge of CDB, is
prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of
the United Nations. No party other than GOSL shall derive any rights from the Loan Agreement or have
any claim to the proceeds of the Loan.
The GOSL acting through the Project Management Unit, BEEP, Ministry of Education, Human Resource
Development and Labour intends to pre-qualify contractors for a wide range of construction services
including but not limited to the construction of new buildings, major rehabilitation, minor repairs;
external works including the installation of drainage, fencing, retaining walls and pavements, and the
provision of hazard mitigation measures at selected schools:
Works that are to be procured as individual packages (1 or 2 below), through International
Competitive Bidding (ICB), are as follows:
Package 1
41
Global Project Opportunities: March, 2013
(a) Construction of a new L-shaped single-storey 10 - classroom block with a basement; complete with
all requisite administrative service and other functional areas including major external works);
(b) Construction of a new single-storey, 6-classroom extension to be interconnected to an existing block
including washrooms, administrative rooms and external works;
Package 2
(a) Construction of two new single-storey classroom blocks (within close proximity) on the
same school compound including classrooms, science laboratories, specialised functional areas and
external works;
(b) Construction of a new two-storey classroom block including science laboratories, specialised
functional areas and external works;
It is expected that bids will be invited during the third quarter of 2013.
Consideration will be limited to firms or joint ventures of firms which are legally incorporated or otherwise
organised in, and have their principal place of business in an eligible country, and are either:
(a) More than 50% beneficially-owned by a citizen or citizens and/or bona fide resident or residents of an
eligible country, or by a body corporate or bodies corporate meeting these requirements; or
(b) Owned or controlled by the Government of an eligible country provided that it is legally and financially
autonomous and operates under the commercial law of an eligible country.
(c) Eligible countries are member countries of CDB.
The requirements for pre-qualification for each package will include:
(a) An average annual turnover (defined as billing for works in progress and completed) over the last five
years of at least US$400,000 equivalent;
(b) Demonstrable cash flow (including access to credit) of US$200,000 equivalent;
(c) Experience as prime contractor in the construction of at least two (2) assignment of a similar nature
and complexity equivalent to the works over the last ten (10) years (to comply with this requirement,
works quoted should be at least 80 percent complete);
(d) A Construction Manager with at least five (5) years’ experience in works of similar nature and volume,
including no less than three years as a Construction Manager; and
(e) Demonstrated access to and use of essential equipment (by ownership, leasing, or hiring) that would
be necessary for the works.
Eligible applicants may obtain copies of the prequalification documents by e-mailing, calling or writing to
the first address below. The document may be purchased for a non-refundable fee of EC$ 500 or its
equivalent in a freely convertible currency for each copy, payable by bank draft or certified cheque to the
Accountant General. All transactions shall be made at the Ministry of Education, Human Resource
Development and Labour between normal working hours of 8:00 a.m. to 4:30 p.m. Monday to Friday,
except holidays.
Written requests must clearly state “Request for Pre-qualification Documents for Works (ICB) under the
Basic Education Enhancement Project”. Applicants who request that documents be forwarded to them
42
Global Project Opportunities: March, 2013
are required to submit an account number from a local courier agent, which accepts freight collect
charges. The Project Management Unit will promptly dispatch the documents but under no circumstances
will the Ministry accept responsibility for late delivery or loss of the documents so transmitted.
Submissions of applications for pre-qualification shall be in English and must be received in sealed
envelopes, which should include the name and address of the applicant, and shall be clearly marked
“Application to Pre-qualify as Contractors for Works (ICB) under the Basic Education Enhancement Project
- Package No. 1/Package No. 2/Packages Nos. 1&2”, as appropriate.
Applications must be delivered either by hand or registered mail to the first address below no later than
12:00 noon, local time on April 4, 2013. A copy of the application should also be simultaneously
submitted to the Caribbean Development Bank at the second address below.
GOSL/Ministry of Education, Human Resource Development and Labour will not defray any costs incurred
by any contractor in the preparation of their application and reserves the right to accept or reject late
applications.
Applicants will be advised, in due course, of the results of their application. Only contractors and joint
ventures that are pre-qualified under this procedure will be invited to bid.
1. The Project Manager
Project Management Unit
Basic Education Enhancement Project
Ministry of Education, Human Resource Development and Labour
3rd Floor, Francis Compton Building
Waterfront, Castries
ST. LUCIA. W.I.
Tel: (758) 468 5256
Fax: (758) 459 0308
Attention: The Project Officer (Building Works)
Tel: (758) 468 – 5434
Email: mhennecart@education.gov.lc
2. Procurement Officer
Caribbean Development Bank
P.O. Box 408
Wildey, St. Michael
BARBADOS, W.I.
Tel: (246) 431 1600
Fax: (246) 426 7269
Email: procurement@caribank.org
Rail Trade and Transport Facilitation Project, Azerbaijan
Plant Design, Supply, and Installation of Signaling System including Communication and other
Related Components Compliant with 25 kV 50 Hz Power System on the Baku-Boyuk-Kesik
Corridor
43
Global Project Opportunities: March, 2013
Project ID: P083108
Borrower/Bid No: Contract/Bid No. AZRTTFP – G2
Invitation for Bids
The Republic of Azerbaijan has received financing from the World Bank toward the cost of the Rail Trade
and Transport Facilitation Project, and it intends to apply part of the proceeds toward payments under the
contract for Plant Design, Supply, and Installation of Signaling System including Communication and other
related components compliant with 25 kV 50 Hz Power System on the Baku-Boyuk Kesik corridor. The
"Azerbaijan Railways" Closed Joint Stock Company now invites sealed bids from eligible bidders for Plant
Design, Supply, and Installation of Signaling System including Communication and other related
components compliant with 25 kV 50 Hz Power System on the Baku-Boyuk Kesik corridor. Entire plant and
installation services under this contract include the following parts:
1.
2.
3.
4.
5.
6.
7.
Design Services;
Supply, Install, Test, Commission and Bring into full operation the overlay signaling system
Supply, Install, Test, Commission and Bring into full operation the overlay communication system
interface at each Interlocking area;
Supply, Install, Test, Commission and bring into full operation the railway crossing sites;
Replacement of all switch machines along the railway;
Decommission all existing equipment and removal and stacking of removed equipment in
centralized points of storage, as determined by the Employer, along the route;
Installation and commission Baku Control Centre Equipment and Interfaces.
The duration of the Contract is 48 months.
Bidding will be conducted through the international competitive bidding procedures as specified in the World
Bank's Guidelines: Procurement under IBRD Loans and IDA Credits, May 2004, revised October 2006 and
May 2010, and is open to all eligible bidders as defined in the guidelines.
Interested eligible bidders may obtain further information from and inspect the bidding documents from the
"Azerbaijan Railways" Closed Joint Stock Company at 230, Dilara Aliyeva str., Baku, AZ1010, 5th floor,
room # 516, from 09:00 a.m. to 18:00 p.m.
A complete set of bidding documents in English may be purchased by interested bidders on the submission
of a written application to the address below and upon payment of a nonrefundable fee of 200 USD (two
hundred United States Dollars) or 160 AZN (one hundred sixty Azerbaijani Manats). The method of
payment will be direct deposit to the bank account. The document will be sent by mail for local delivery.
The Bidding Documents will be sent by courier if requested and additional non-refundable fee of AZN 100
(one hundred Azerbaijani Manats) or in US$ 125 (one hundred and twenty five United States Dollars) is
deposited to the same account. The Project Implementation Unit will not be responsible for the postal
delays, in delivery of the documents, if any, or non-receipt of the same.
All bids must be accompanied by a bid security of US$ 2,500,000 or an equivalent amount in a freely
convertible currency, and be delivered to the address below at or before April 19, 2013, by 17:00 p.m. They
will be opened immediately thereafter, in the presence of bidders' representatives, who choose to attend, at
the address below. Late bids will be rejected.
The "Azerbaijan Railways" Closed Joint-Stock Company
Rail Trade and Facilitation Project
Attn: Mr. Farruh Heybatov
Project Manager, Project Implementation Unit
Azerbaijan Railways" Closed Joint Stock Company
230 Dilara Aliyeva str., Baku, AZ 1010
44
Global Project Opportunities: March, 2013
The Republic of Azerbaijan
Tel: +994 12 499 63 95
Fax: +994 12 499 63 97
Email: office@ady-piu.org
Regional Roads Development Project, Indonesia
Borrower/Bid No: 30-RCP01
Invitation for Bids
1. The Republic of Indonesia has received financing from the Asian Development Bank (ADB) towards the
cost of the Regional Roads Development Project (RRDP). Part of the proceeds of this loan will be used for
payment under the contract named in the table below. Bidding is open to all bidders from eligible source
countries of the ADB.
No
.
Packag
e No.
Package
Name
Estimated Roa
d Eff. Length
(km)
Anticipated
Type of
Work
Procurement Team (Pokja)
Address
a
b
c
d
e
f
79.20
Reconstructio
n and
resurfacing
(direct
overlay).
Procurement Team (Pokja) of
Contractors For Regional Roads
Development Project (RRDP) ADB
Loan No. 2817-INO in West
Kalimantan
Attention to:
Ir. Endang Sutiyani (Chairman)
Street Address:
Jln. Subarkah No. 24 A
City: Pontianak
ZIP Code: 78121
Country: Indonesia
Telephone: +62-561-731249
Email: snvtpjn_kalbar1@gmail.co
m
WEST
KALIMANTA
N
2.
30RCP01
Sosok–Tayan,
Tanjung–
Sanggau
2. Directorate General of Highway in the Ministry of Public Works of the Government of the
Republic of Indonesia (the Employer), as the owner of the Project, invites sealed bids for
construction and completion of the works mentioned above from all bidders from eligible
source countries of the ADB. The successful Bidder will be required to satisfy evaluation and
qualification criteria as follows:
Historical Financial Performance
Submission of audited financial statements or, if not required by the law of the
Bidder’s country, other financial statements acceptable to the Employer, for the last
three (3)
years to demonstrate the current soundness of the Bidder’s financial position. As a
minimum,
the Bidder’s net worth calculated as the difference
between total assets and total liabilities should
be positive.
Average Annual Construction Turnover
45
Global Project Opportunities: March, 2013
Minimum average annual construction turnover of US$ 38,470,000 calculated as total certified
payments received for contracts in progress or completed, within the last five (5) years.
Financial Resources
Using Forms FIN – 3 and FIN - 4 in Section 4 (Bidding Forms) the Bidder must
demonstrate access to, or availability of, liquid assets1, lines of credit, or other financial
resources, (other than any contractual advance payments) to meet the Bidder’s financial
resources requirement indicated in Form FIN-4.
Contracts of Similar Size and Nature
Participation in at least one (1) contract within the last seven (7) years that has
been successfully or substantially completed and that is similar to the proposed works, where
the value of the Bidder’s participation exceeds US$ 40,390,000. The similarity of the
Bidder’s participation shall be based on the physical size, nature of works, complexity,
methods, technology or other characteristics as described in Section
6,
Employer’s
Requirements.
Construction Experience In Key Activities
- Cement Treated Recycler Base (CTRB) : 2,290 m3/month.
- Granular Pavement : 8,640 m3/month.
- Hot Mixed Asphalt Pavement : 5,790 tonne/month.
3. Interested eligible Bidders may choose to either download a complete set of bidding
document, in the English language, from the Ministry of Public Works (MPW) website which will be
available on 14 February 2013, or, obtain the bidding document free of charge from the Procurement
Team (Pokja) on the submission of a written application via registered e-mail or air-land mail at address
as stated in the table above. The bidding document will be sent to eligible bidders free of charge by
registered email
or air-land mail. No liability will be accepted for loss or late delivery.
4. The Employer strongly suggests that all bidders - foreign and domestic – use the semi
eprocurement system. In order to use this system, the Bidders must register in the system electronically
through the Ministry Public Works website (www.pu.go.id) under the procurement section to obtain
access code to the system. In particular, for international Bidders, this access code
will only valid for WINRIP/RRDP Project; while local bidders will follow as usual the registration for APBN
procurement (procurement for national budgeting).
Note:
Two registration processes will be required:
I. To obtain access code
a.
b.
c.
The Bidder can obtain from: whether click in the banner of “LPSE or Layanan Pengadaan Secara
Elektronik” on the box-command of “Semi e-Procurement”, or
Click on direct link: http://www.pu.go.id/punetnew2010/subindex.asp?pid=09005 then click on
“Registrasi”. By this
access code, the Bidder can register to the specific package that
interested in. Please follow the instructions hereafter
The procedures to obtain the User-ID and Password are as follows:
i.
ii.
iii.
iv.
v.
vi.
vii.
Open the MPW website at http://www.pu.go.id
Click the “Semi e-procurement”
Select the Language as necessary
Click “Registrasi bagi Penyedia Jasa yang belum memiliki User-ID” (Registration for
Participant
who has yet no User-ID).
Click “Klik Disini” in the right side of “Untuk Penyedia Jasa (Badan Usaha) Nasional”
(For
Domestic Participants (Entities))
Click “Click Here” in the right side of “For Foreign Vendors – WINRIP / RRDP Project”.
Clik “Agree” and then fill the data. Finally, click “Send”
46
Global Project Opportunities: March, 2013
viii.
For Joint Venture (JV), Joint Operation (JO), Consortium or Association, click “Klik
Disini” in the right side of “Untuk Joint Operation (JO), Joint Venture (JV) dan
Association”
For Domestic Bidder as leading member, fill the user-ID and password, then click
“Login”
For the Foreign Bidder as leading member, click “Klik Disini”, then fill the user-ID and
password, and finally click “Login”
The User-ID and Password will be sent to the Bidder by email.
ix.
x.
xi.
II. To register to specific package
The procedures to register the related package and download the bidding document are as follows:
i.
ii.
iii.
iv.
Open the MPW website at http://www.pu.go.id
Click the “Semi e-procurement”
Select the Language as necessary
Select “Tahun Anggaran” (Fiscal Year), select “Provinsi” (Province) and choose
“Direktorat
Jenderal Bina Marga”
(Directorate General of Highways) in the menu of “Satminkal” (Administration Based
Unit). All in the left column. The
registration period can be seen in the right
column of “Tanggal Pendaftaran” (Registration Date).
Fill the “User ID” and “Password” in the left column, and click “Login”
Select the Package Name in the column of “Nama Paket” (Package Name)
Click the icon of “Pendaftaran” (Registration)
Fill the registration form completely, especially for “Kualifikasi” (Qualification):
a.
Bidang (maximum 50 characters) : Civil Works
b.
Sub-bidang (maximum 50 characters) : Road and Bridge Works
c.
Lingkup Layanan (maximum 50 characters) : Construction Works
d.
and for asterisk (*) in red colour may be filled or unfilled as necessary.
Click “Pendaftaran” (Registration). The registration receipt will appear and print it as
an evident, and click “Kembali” (back).
To download the bidding documents, click the file name of bidding documents in the
right side of “Dokumen Lelang” (Bidding Documents).
Click “Save” to save the file into the Hard Disk without change the file name
v.
vi.
vii.
viii.
ix.
x.
xi.
5. Further information can be obtained from the Procurement Team (by request) at the address stated
above.
6. Foreign Bidders who are interested to work in Indonesia should have a working license certification
“Badan Usaha Jasa Konstruksi Asing or BUJKA” (under the Public Works Ministry Decree No.
05/PRT/M/2011) from Ministry of Public Works prior to signing the contract (but not a pre-condition for
this bidding).
7. Please deliver your bid in a sealed envelope:



To the address as stated in the above table.
Before the deadline: 01 April 2013 at 10:00 a.m. (Middle Indonesia Time).
Together with a Bid Security in the amount as stated in the Bid Data Sheet of the bidding
document.
8. Bids will be opened immediately after the deadline in the presence of the bidders’ representatives and
anyone who chooses to attend at the address in the above table. Late bids will be rejected. Bids shall be
valid for a period of one hundred twenty (120) days after the bid submission deadline date.
9. No margin of preference for the domestic bidder in bid evaluation.
47
Global Project Opportunities: March, 2013
Reconstruction of Roads and Drains for Ashulia Urban Centre, Bangladesh
Borrower/Bid No: CRDP/LGED/DHK/ICB/2013/W-01
Invitation for Bids
1. The Government of the People’s Republic of Bangladesh has received a loan from the Asian
Development Bank (ADB) towards the cost of City Region Development Project (CRDP) ADB Loan No.
2695 BAN (SF), and it intends to apply part of the proceeds of this loan to payments under the contract
for which this Invitation for Bid (IFB) is issued. Bidding is open to all bidders from eligible source
countries of the Asian Development Bank.
2. The Executive Engineer, Local Government Engineering Department (LGED), District: Dhaka invites
sealed bids from eligible bidders for the procurement of the following works:
Sl. No.
01
Package No.
Description
Time for
completion
(days)
Price
of Bidding
Document (NonRefundable)
Amount of
Bid
Security
CRDP/LGED/
DHK/ICB/2013/W01
Reconstruction of Roads
and Drains for Ashulia
Urban Centre [(a) Dhaka
Aricha Highway Ashulia GC
road (Anwar Jung road)
(Ch. 0+00 - 4+235m &
Ch. 6+435 to 7+100m);
and (b) Dhaka Aricha
(RHD) at 20 Mile- Jirabo
Bazar Yearpur UP Road
(Ch. 0+00 - 5 +770m)]
365 days
BDT 31000.00
or USD 390.00
Amount
indicated in
the bidding
document
3. International Competitive Bidding will be conducted in accordance with ADB’s Single-Stage: OneEnvelope bidding procedure and is open to all Bidders from eligible source countries.
4. Interested eligible bidders may obtain further information from the following office and inspect the
bidding document during normal office hours (from 9:00 a.m. to 5:00 p.m.) on all working days:
Executive Engineer, Local Government Engineering Department (LGED)
District: Dhaka, 62, West Agargaon, Dhaka-1207, Country: Bangladesh
Telephone:+( 88)-02-8155655
Facsimile:+( 88)-02-8155657
E-mail: xen-dhaka@lged.gov.bd
5. A complete set of bidding document may be purchased by any interested eligible bidders on
the submission of a written application to the above address and upon payment of a non-refundable
fee as mentioned above only during normal office hours on all working days till 27 March 2013. The Mode
of Payment will be cash or bank draft. The document may be sent by surface mail or courier service. No
liability will be accepted for loss or late delivery.
6. Bids must be delivered to the address mentioned above at or before 13:00 hours on 28 March 2013.
All bids must be accompanied by a bid security mentioned above in favor of the “City
Region Development Project” in the form of (a) an unconditional bank guarantee; (b) an
irrevocable letter of credit; or (c) a cashier’s or certified check. Late Bids shall be rejected. Bids will
be opened in the presence of the Bidders or his representatives who choose to attend at the
address above 13:15 hours on 28 March 2013.
7. The Executive Engineer, Local Government Engineering Department (LGED), District: Dhaka will not be
responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery
48
Global Project Opportunities: March, 2013
of bids.
8. The Invitation for Bids (IFB) will be available at the LGED, CPTU and ADB websites (www.lged.gov.bd,
www.cptu.gov.bd and www.adb.org).
9. The Local Government Engineering Department reserves all the rights to accept any bid or to
reject any or all bids without assigning any reasons whatsoever.
Medium Cities Development Project, Vietnam
Upgrading, rehabilitaion of Bac channel, section 1
Project ID: P116398
Borrower/Bid No: VH2-01
1. The Socialist Republic of Vietnam has received a credit from the International Development Association
(IDA) in various currencies towards the cost of Medium Cities Development Project. It is intended that
part of the proceeds of this loan will be applied to eligible payments under the Contract No. VH2-01:
Upgrading, Rehabilitation of Bac Channel, Section 1.
2. The Project Management Unit of Vinh Sub-project now invites sealed bids from eligible bidders for the
construction and completion of the cited contract.
The works include the following items:
(i) Construction of Reinforcement Concrete Box Culver: L=1240 m, from Mai Hac De to Bac Channel
Bridge;
(ii) Construction of Flower garden and Walkway: above box culvert, construction flower garden and
walkway, two of side is internal road of residential, each side large of 3m, with flower garden in middle.
Lighting system, tree planting are designed along the service roads for comprehensive urban landscaping
of the area.
The whole Works are required to be completed within 30 months.
3. Interested eligible bidders may obtain further information from and inspect the bidding documents at
the Project Management Unit of Vinh Sub-project at the address below during office hours from 7 a.m to
11.30 a.m and from 1.30 pm to 5 p.m from Monday to Friday.
4. A complete set of bidding documents in English or Vietnamese may be purchased by interested bidders
from February 22nd, 2013 on the submission of a written application to the address below and upon
payment of a nonrefundable fee of VND 2,000,000 or USD 100. The method of payment will be by cash,
cheque or transferring/depositing the above amount into the PMU's account.
-
VND Account No. 3731.2.3016982 at Vinh city State Treasury
USD Account No. 0861370553222 at Joint stock commercial Bank for Foreign Trade of
Vietnam, Trung Do Branch (Swift Code: BSTVVNVX).
The bidding documents may be received directly at the address below or sent by a courier service on the
bidder's specific request and upon payment of an additional nonrefundable fee of VND 400,000 or USD 20
for domestic delivery within Vietnam or VND 4,000,000 or USD 200 for overseas delivery. The Project
Management Unit will not be responsible for loss or late delivery of the bidding documents.
5. Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in
the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits, dated May 2004, revised in
49
Global Project Opportunities: March, 2013
October 2006 and May 2010 and is open to all bidders from Eligible Source Countries as defined in the
Section III: Eligible Countries.
6. Bids must be delivered to the address below by 09h00 a.m (Vietnam time) on April 09th, 2013. All bids
must be accompanied by a bid security of VND 3,000,000,000.00 (Three billion Vietnam Dong) or
another freely convertible currency. Late bids will be rejected.
7. Bids will be opened in the presence of bidders' representatives who choose to attend at the address
below at 09h30' a.m (Vietnam time) on April 9th, 2013.
Project Management Unit of Vinh Sub-project
Vice-director : Mr Nguyen Trung Dung
No. 8, Alley No.1, Le Mao Road, Vinh City
Nghe An, Vietnam
Tel: +84 38 3553.678 or +84 38 3598.882
Fax: +84 38 3553.222
E-mail: pmuvinh.wb@gmail.com
Jordan: Road upgrade - Tender Details
Description
Upgrade and rehabilitation of the Al-Zarqa-Al-Azraq-Al-Omary road over 122
kilometres. The scope of works comprise the upgrading of the existing road which
consists of a two-lane, single carriageway to a four-lane dual carriageway, with the
introduction of a 20-metre median and the rehabilitation of existing sections of the
road
Bid closing
date
24 March, 2013
Tender no.
Prequalification (no. 6/2013)
Source of
financing
Saudi Fund for Development
Miscellaneous
Client
Department
Address
Phone
Fax
Email
Website
Enquiries must be received by 3 March. Open to Saudi Arabian contractors classified
in grade one in joint venture with local contractors
Government Tenders Directorate
Mohammad Khaled al-Hazaimeh, Director-General
Public Works & Housing Ministry, Central Tenders Committee, Director-General,
King Abdullah II Street, Jabal Amman Eighth Circle, PO Box 1220, Amman 11118
(9626) 5858311-14, mobile (962) 79909902
(9626) 5857583/5857639
r-biddings@gtd.gov.jo
www.gtd.gov.jo
50
Global Project Opportunities: March, 2013
Qatar: Road improvement works - Tender Details
Carrying out road improvement works in the Rayyan and Gharrafah areas,
within the zones of 51 to 55, phase 3
Description
Bid closing date
2 April, 2013
Bid Bond
QR2m
Tender no.
PWA/GTC/083/12-13(IA-R/ 12-13/C/073/G)
Details Available on
Payment of
Client
Department
Address
Phone
Fax
QR3,000
Public Works Authority (Ashghal)
Infrastructure Affairs
Contracts & Engineering Business Affairs Section, General Tenders
Committee, PO Box 22188, Doha
(974) 4950077/ 4950749/ 4950743/ 4950758
(974) 4950777
Email
info@ashghal.com
Website
www.ashghal.com
Kuwait: Camps building - Tender Details
Description
Bid closing date
Bid Bond
Tender no.
Miscellaneous
Construction, completion and maintenance of a supporting camps building for
special security forces in the northern area – Al-Salmi – for the Interior Ministry’s
General Directorate of Constructions & Maintenance
28 April, 2013
KD60,000
86/2011/2012
A pre-bid meeting will be held on 17 March. The client is the Interior Ministry.
Tender documents must be collected from the Central Tenders Committee
Details Available on
KD600
Payment of
Documents
availiable from
Client
Address
Central Tenders Committee
Interior Ministry
PO Box 1070, Safat 13011
Phone
(965) 2401200
Fax
(965) 2416574
Email
info@ctc.gov.kw
Website
www.ctc.gov.kw
51
Global Project Opportunities: March, 2013
Kuwait: Residential project works - Tender Details
Construction, completion and maintenance of public buildings, main services
works and external infrastructure works at the Al-Naseem residential project for
the Public Authority for Housing Care
Description
Bid closing date
Bid Bond
9 April, 2013
KD250,000
Tender no.
PAHC/M/949/2012/2013
The client is & the Public Authority for Housing Care. Tender documents must be
collected from the Central Tenders Committee
Miscellaneous
Details Available on
KD2,500
Payment of
Documents
availiable from
Client
Central Tenders Committee
Public Authority for Housing Care
Address
PO Box 1070, Safat 13011
Phone
(965) 2401200
Fax
(965) 2416574
Email
info@ctc.gov.kw
Website
www.ctc.gov.kw
Lebanon: Hospital rehabilitation - Tender Details
Description
Bid closing date
Bid Bond
Source of financing
Rehabilitation of the Baabda hospital, sector 2
2 April, 2013
$100,000
Italy
Details Available on Payment of $1,000
Client
Department
Address
Phone
Fax
Email
Website
Council for Development & Reconstruction
Tenders
Tallet el-Serail, PO Box 11/3170, Beirut Central District
(9611) 981431/2
(9611) 981255
samin@cdr.gov.lb
www.cdr.gov.lb
52
Global Project Opportunities: March, 2013
Kuwait: Hospital expansion project - Tender Details
Description
Bid closing date
Bid Bond
Tender no.
Miscellaneous
Details Available on
Payment of
Documents
availiable from
Client
Address
Design, construction, furnishing, operation and maintenance (O&M) of an
infectious diseases hospital expansion project for the Ministry of Public Works
16 April, 2013
KD1.1m
S/MQA/42/2011-2012
A pre-bid meeting will be held on 17 March. The client is the Ministry of Public
Works. Tender documents must be collected from the Central Tenders
Committee. Open to prequalified contractors only
KD2,500
Central Tenders Committee
Ministry of Public Works
PO Box 1070, Safat 13011
Phone
(965) 2401200
Fax
(965) 2416574
Email
info@ctc.gov.kw
Website
www.ctc.gov.kw
Kuwait: Residential units - Tender Details
Description
Bid closing date
Bid Bond
Tender no.
Miscellaneous
Details Available
on Payment of
Documents
availiable from
Client
Address
Construction, completion and maintenance of 290 flats at the 1N and 2N sectors,
and 350 flats, public buildings, main services and infrastructure works at the Jaber
al-Ahmed town project for the Public Authority for Housing Care
2 April, 2013
KD1.06m
PAHC/M/879/2012/2013
The client is the Public Authority for Housing Care. Tender documents must be
collected from the Central Tenders Committee. Open to prequalified contractors
only
KD2,500
Central Tenders Committee
Public Authority for Housing Care
PO Box 1070, Safat 13011
Phone
(965) 2401200
Fax
(965) 2416574
53
Global Project Opportunities: March, 2013
Kuwait: Residential units - Tender Details
Email
info@ctc.gov.kw
Website
www.ctc.gov.kw
Saudi Arabia: Urban centre - Tender Details
Description
Bid closing date
Tender no.
Construction of an urban centre
31 March, 2013
8/434/435
Details Available on Payment of SR2,000
Client
Address
Municipal & Rural Affairs Ministry
Nassiriya Street, PO Box 955, Riyadh 11136
Phone
(9661) 4569999/4415434
Fax
(9661) 4563196/4412118
Email
infor@momra.gov.sa
Website
www.momra.gov.sa
Saudi Arabia: Urban centre - Tender Details
Description
Bid closing date
Tender no.
Construction of an urban centre
31 March, 2013
8/434/435
Details Available on Payment of SR2,000
Client
Address
Municipal & Rural Affairs Ministry
Nassiriya Street, PO Box 955, Riyadh 11136
Phone
(9661) 4569999/4415434
Fax
(9661) 4563196/4412118
Email
infor@momra.gov.sa
Website
www.momra.gov.sa
54
Global Project Opportunities: March, 2013
Oman: Road design and construction - Tender Details
Description
Bid closing date
Tender no.
Miscellaneous
Design and construction of link roads from Sabt to Al-Mazraa in the wilayat of AlKamil Wal Wafi in the Al-Sharqiyah South governorate for the Transport &
Communications Ministry
25 March, 2013
5/2013
The client is the Muscat Electricity Distribution Company. Tender documents
must be collected from the Tender Board
Details Available
From
10 February, 2013
Details Available
Until
13 March, 2013
Details Available on
Payment of
Documents
availiable from
Client
RO950
Tender Board
Muscat Electricity Distribution Company
Address
Phone
PO Box 787, Al-Khuwair 133
(96824) 602073/ 602556
Fax
(96824) 602063
Website
www.tenderboard.gov.om
Saudi Arabia: Bridge construction - Tender Details
Description
Bid closing date
Tender no.
Construction of bridges to solve traffic problems
18 March, 2013
4/00/00/0092/201/009/019
Details Available on Payment of SR2,000
Client
Address
Municipal & Rural Affairs Ministry
Nassiriya Street, PO Box 955, Riyadh 11136
Phone
(9661) 4569999/ 4415434
Fax
(9661) 4563196/ 4412118
Email
infor@momra.gov.sa
Website
www.momra.gov.sa
55
Global Project Opportunities: March, 2013
ENERGY
Geothermal Clean Energy Investment Project, indonesia
1) Steam Gathering System and Power Plant for Ulubelu 3&4, 2) Steam Gathering System
and Power Plant for Lahendong (Tompaso) 5&6
Project ID: P113078
Borrower/Bid No: ICB 10 & ICB 11
PT Pertamina Geothermal Energy (PGE) has received financing from the International Bank for
Reconstruction and Development (IBRD) and Clean Technology Fund (CTF) toward the cost of the
Geothermal Clean Energy Investment Project, and it intends to apply part of the proceeds toward payments
under the contracts for:


Geothermal
Power Plant
Geothermal
Power Plant
Clean Energy Investment Project EPC Contract for Steam Gathering System and
for Ulubelu 3&4 with the expected output of 110 MW; and
Clean Energy Investment Project EPC Contract for Steam Gathering System and
for Lahendong (Tompaso) 5&6 with the expected output of 40 MW.
PGE intends to prequalify contractors and/or firms for EPC Contract for Steam Gathering System and Power
Plant as above mentioned. It is expected that invitations to bid will be made in second week of April 2013.
Prequalification will be conducted through the procedures as specified in the World Bank's Guidelines:
Procurement under IBRD Loans and IDA Credits, (May 2004, revised in October 2006 and May 2010), and
is open to all eligible bidders as defined in the guidelines.
Interested eligible bidders may obtain further information, and inspect the prequalification documents, from
PGE at the address below during office hours from 08.00 AM to 15.00 PM Jakarta Time or download the file
in our website. A complete set of prequalification documents in English may be available free of charge.
Those firms who submitted their applications against the previous Invitation to Pre-qualification need not
necessarily resubmit their previous responses but can update the relevant information based on the
revised pre-qualification document. However, it is up to the applicants to send updates or to resubmit
their applications as a whole
Applications for prequalification for each package should be submitted separately in clearly marked
envelopes and delivered to the address below latest at 15.00 PM Jakarta Time on March 18, 2013. Late
applications will be rejected.
Bidding Committee
PT Pertamina Geothermal Energy
Menara Cakrawala, 8th Floor
Jl. MH Thamrin No 9,
Jakarta 10340, Indonesia.
Tel: +62 (21) 398 33222
Fax: +62 (21) 398 33230
E-mail: iriyanto@pertamina.com or mpdewi@pertamina.com
Web site: www.pge.pertamina.com
56
Global Project Opportunities: March, 2013
Design and Construction of the Kato Hydropower Plant and Irrigation Infrastructure,
Guyana
Borrower/Bid No: EuropeAid/134065/D/WKS/GY
1. Publication reference :
EuropeAid/134065/D/WKS/GY
2. Procedure:
Open
3. Programme :
10th EDF
4. Financing:
Financing Agreement No. GY/FED/23444
5. Contracting Authority
Government of Guyana, represented by the
National Authorising Officer
Minister of Finance
Ministry of Finance
Main & Urquhart Streets
Georgetown
Guyana
Email: naotaskforce@finance.gov.gy
CONTRACT SPECIFICATIONS
6. Description of the contract
The project aims at the installation of a hydropower plant and irrigation facilities in the village of Kato,
Region 8, Guyana. The works to be accomplished are split in 2 lots:
Lot 1: design and construction of the 330 kW hydropower plant at the Chiung river falls in Kato, including
final project design, construction of 1 hydropower plant of 330 kW total capacity; supply, installation and
commissioning of the 2 turbines, 36 m gross head and 1.16 m3/s total rated discharge; 1 hydropower
weir;
Lot 2: design and construction of the irrigation infrastructure including 1 irrigation weir; 1 irrigation
pumping station with 90 kW pumping capacity and 4 pumps; 1 000 m irrigation water feeding pipe; 7
600 cubic meters volume irrigation water storage reservoir.
The transmission line supply and installation works will be tendered separately and are not part of this
tender.
7. Number and titles of lots
i. Lot 1: Design and Construction of Hydropower Plant
ii. Lot 2: Design and Construction of Irrigation Infrastructure
TERMS OF PARTICIPATION
8. Eligibility and rules of origin
Participation in tendering is open on equal terms to all natural and legal persons (participating either
individually or in a grouping (consortium) of tenderers) which are established in one of the Member
States of the European Union, ACP States or in a country or territory authorised by the ACP-EC
57
Global Project Opportunities: March, 2013
Partnership Agreement under which the contract is financed (see also heading 22 below). Participation is
also open to international organisations. All works, supplies and services under this contract must
originate in one or more of these countries.
9. Grounds for exclusion
Tenderers must submit a signed declaration, included in the Tender Form for a Works Contract, to the
effect that they are not in any of the situations listed in point 2.3.3 of the Practical Guide to contract
procedures for EU external actions.
10. Number of tenders
Tenderers may submit only one tender per lot. Tenders for parts of a lot will not be considered. Any
tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for
more than one lot. Tenderers may not submit a tender for a variant solution in addition to their tender for
the works required in the tender dossier.
11. Tender guarantee
Tenderers must provide a tender guarantee of 20,000 Euros for each lot when submitting their tender.
This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed
and to the successful tenderer(s) upon signature of the contract by all parties.
12. Performance guarantee
The successful tenderer will be asked to provide a performance guarantee of 10% of the amount of the
contract at the signing of the contract. This guarantee must be provided together with the return of the
countersigned contract no later than 30 days after the tenderer receives the contract signed by the
Contracting Authority. If the selected tenderer fails to provide such a guarantee within this period, the
contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted
the next cheapest compliant tender.
13. Information meeting and/or site visit
An information meeting is planned to be held on March 19th, 2013 in Guyana. A mandatory site visit is
planned for March 20th, 2013. Participants need to register with the contracting authority by March 1st,
2013 for both events.
14. Tender validity
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
15. Period of implementation of tasks
24 months
SELECTION AND AWARD CRITERIA
16. Selection criteria
The selection criteria for each tenderer are as follows:
In order to be considered eligible for the award of the contract, tenderers must provide evidence that
they meet the selection criteria. This evidence must be provided by tenderers in the form of the
information and documents described in Sub-clause 12.1 of the Instructions to Tenderers and in
whatever additional form tenderers may wish to utilise.
In the case of a tender submitted by a consortium, unless specified, these selection criteria will be
applied to the consortium as a whole:
The selection criteria for each tenderer for Lot 1, Hydropower Plant, are as follows:
Economic and financial capacity of candidate:
• The average annual turnover of the tenderer in the past 3 years must be at least EURO 2.5 Mio.
• If it is the sole tenderer it must have access to sufficient credit and other financial facilities to cover the
required cash-flow for the duration of the contract.
58
Global Project Opportunities: March, 2013
• In any case, the amount of credit available must exceed the equivalent of EURO 1.7 Mio.
Technical and professional capacity of candidate:
• It must have completed at least 3 (three) projects of the same nature/amount/complexity comparable
to the works concerned by the tender, which were implemented during the past 5 years from the tender
submission deadline. Key elements here are the construction of (i) concrete structures in rivers; (ii)
hydropower stations; (iii) pipelines in steep slopes; (iv) hydraulic structures to conduct water. The
Contracting Authority reserves the right to ask for copies of the respective certificates of final acceptance
signed by the supervisors/contracting authority of the projects concerned
• It must carry out at least 70% of the contract works by own resources, which means that it must have
the equipment, materials, human and financial resources necessary to enable it to carry out that
percentage of the contract.
• If it is the lead member of a joint venture/consortium, it must have the ability to carry out at least
50% of the contract works by its own means.
• If it is a partner of a joint venture/consortium (i.e. not the lead member) it must have the ability to
carry out at least 10% of the contract works by its own means.
• All its key personnel must have at least 10 years appropriate experience and proven qualifications
relevant to works of a similar nature to this project.
• It must have significant design experience (participation to at least 70% of the activities) in the design
of at least 3 (three) projects of similar nature/type/complexity within the past 5 (five) years. However,
the tenderer must have experience with at least 2 (two) completed designs of similar
nature/type/complexity within the past 5 (five) years in which it was the sole contractor/designer. Key
elements are the design of (i) structures in the river, in particular concrete weirs; (ii) hydraulic structures
for the conveyance of water; (iii) hydropower stations of the anticipated type and size; (iv) penstock
pipelines in steep slopes; (v) sizing of hydropower turbines, generators and auxiliary equipment.
• It must prove by means of its description in the method statement and work plan, that it is technically
capable of accomplishing the project’s objective with regards to the design and the construction of the
project, including supply and installation of all equipment.
The selection criteria for each tenderer for Lot 2, Irrigation Infrastructure, are as follows:
Economic and financial capacity of candidate:
• The average annual turnover of the tenderer in the past 3 years must be at least EURO 2.0 Mio.
• If it is the sole tenderer it must have access to sufficient credit and other financial facilities to cover the
required cash-flow for the duration of the contract.
• In any case, the amount of credit available must exceed the equivalent of EURO 1.2 Mio.
Technical and professional capacity of candidate:
• It must have completed at least 3 (three) projects of the same nature/amount/complexity comparable
to the works concerned by the tender, which were implemented during the past 5 years from the
submission deadline. Key elements here are the construction of (i) concrete structures in rivers; (ii)
pumping stations; (iii) pipelines build over ground; (iv) earth-fill dams and reservoirs. The Contracting
Authority reserves the right to ask for copies of the respective certificates of final acceptance signed by
the supervisors/contracting authority of the projects concerned
• It must carry out at least 70% of the contract works by own resources, which means that it must have
the equipment, materials, human and financial resources necessary to enable it to carry out that
percentage of the contract.
• If it is the lead member of a joint venture/consortium, it must have the ability to carry out at least
50% of the contract works by its own means.
• If it is a partner of a joint venture/consortium (i.e. not the lead member) it must have the ability to
carry out at least 10% of the contract works by its own means.
59
Global Project Opportunities: March, 2013
• All its key personnel must have at least 5 years' appropriate experience and proven qualifications
relevant to works of a similar nature to this project.
• It must have significant design experience (participation to at least 70% of the activities) in the design
of at least 3 (three) projects of similar nature/type/complexity within the past 5 (five) years. However,
the tenderer must have experience with at least 2 (two) completed designs of similar
nature/type/complexity within the past 5 (five) years in which it was the sole contractor/designer. Key
elements are the design of (i) structures in the river, in particular concrete weirs; (ii) hydraulic structures
for the conveyance of water; (iii) pumping stations of the anticipated type and size; (iv) water transport
pipelines over ground; (v) earth fill dams for storage reservoir impoundment; (vi) sizing of water pumps
and auxiliary equipment.
• It must prove by means of its description in the method statement and work plan, that it is technically
capable of accomplishing the project’s objective with regards to the design and the construction of the
project, including supply and installation of all equipment.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of
other entities, regardless of the legal nature of the links which it has with them. Some examples of when
it may not be considered appropriate by the Contracting Authority are when the tender rely in majority
on the capacities of other entities or when they rely on key criteria. If the tender rely on other entities it
must prove to the Contracting Authority that it will have at its disposal the resources necessary for
performance of the contract, for example by producing an undertaking on the part of those entities to
place those resources at its disposal. Such entities, for instance the parent company of the economic
operator, must respect the same rules of eligibility and notably that of nationality, as the economic
operator. Furthermore, the data for this third entity for the relevant selection criterion should be included
in the tender in a separate document. Proof of the capacity will also have to be furnished when requested
by the Contracting Authority.
17. Award criteria
Price
TENDERING
18. How to obtain the tender dossier
The tender dossier is available in two Lots – “LOT 1: HYDROPOWER PLANT” and “LOT 2: IRRIGATION
INFRASTRUCTURE”. One or both Lots can be acquired upon payment of a non-refundable fee of G$
10,000 or US$ 50, per Lot, in cash, bank draft or Manager’s cheque. Please make cheque payable to
Permanent Secretary, Office of the Prime Minister. Foreign interested parties may make arrangements
with their local courier services for the purchase and delivery of the tender dossier using the prepaid
service. The tender dossier is also available for inspection at the premises of the Contracting Authority
which address is as stated in point 5 above. Tenders must be submitted using the standard tender form
included in the tender dossier, whose format and instructions must be strictly observed. Tenderers with
questions regarding this tender should send them in writing to: Head, NAO Task Force, Ministry of
Finance, Main & Urquhart Streets, Georgetown, Guyana (Email : naotaskforce@finance.gov.gy and CC to
:heu@electricity.gov.gy) mentioning the publication reference shown in item 1 at least 21 days before
the deadline for submission of tenders given in item 19. The Contracting Authority must reply to all
tenderers' questions at least 11 days before the deadline for submission of tenders. Eventual clarifications
or minor changes to the tender dossier will be published at the latest 11 days before the submission
deadline
on
the
EuropeAid
website
at
https://webgate.ec.europa.eu/europeaid/onlineservices/index.cfm?do=publi.welcome.
19. Deadline for submission of tenders
April 23th, 2013; 9:00 am Guyana Time
Any tender received after this deadline will not be considered.
60
Global Project Opportunities: March, 2013
20. Tender opening session
April 23th, 2013
21. Language of the procedure
All written communications for this tender procedure and contract must be in English.
22. Legal basis
ACP-EC Partnership Agreement signed at Cotonou on 23 June 2000 as amended.
Construction of the power station and the supply and installation of the necessary equipment
Invitation for Bids
The Government of Montserrat (GOM) has received a loan from the Caribbean Development Bank (CDB)
in an amount equivalent to amount equivalent to two million five hundred thousand United States
dollars (USD2,500,000) toward the cost of Second Power Project - Montserrat, and intends to apply the
proceeds of this loan to eligible payments under this contract. Payment by CDB will be made only at the
request of GOM and upon approval by CDB, and will be subject, in all respects, to the terms and
conditions of the Loan Agreement. The Loan Agreement prohibits a withdrawal from the Loan Account for
the purpose of any payment to persons or entities, or for any import of goods, if such payment or import,
to the knowledge of CDB, is prohibited by a decision of the United Nations Security Council under
Chapter VIII of the Charter of the United Nations. No other party other than GOM shall derive any rights
from the Loan Agreement or have any claim to the proceeds of the Loan.
MUL now invites sealed bids from capable bidders for the construction of the power station and the
supply and installation of the necessary equipment (the Works).
Description of the Works
The Works include but is not limited to the following:
(a) Electrical and Mechanical Works: The installation and commissioning of one medium-speed diesel
generator of approximately 1.5 MW nominal output, the associated ancillary equipment, switchgear and a
control, instrumentation and communication system.
(b) Civil Works and Buildings:
(i) construction of a power station building to house three diesel generators with provision for future
expansion including control, switchgear and battery rooms;
(ii) security fencing and gates, gatehouse and perimeter lighting;
(iii) bulk fuel storage tanks, water tanks and workshop;
(iv) ground improvement works, earthworks, landscaping and drainage system; and
(v) building services, fire-fighting equipment etc.
This procurement opportunity is open to capable firms from all countries. Bidders will be required to
submit full qualification information with their bids establishing their eligibility to bid and qualification to
perform the contract if the bid is accepted. Tender and qualification information are to be submitted in
the English Language on the prescribed forms inserted in the Bid Documents. Submissions that do not
61
Global Project Opportunities: March, 2013
provide the information required, or that do not demonstrate the prospective contractor’s ability to
perform satisfactorily, will not qualify and will not be considered for further evaluation.
Bid Documents may be obtained from the first address below for a non-refundable fee of two hundred
and fifty United States dollars (USD250). Requests may be made by personal application or in writing.
Written applications must be clearly marked: “Request for Bidding Documents for the Brades Power
Station - Montserrat”. Payment should be by cash, wire transfer, bank draft or bank guaranteed cheque
made payable to MUL. Information to effect a wire transfer can be obtained from the first address
below. Applicants who request that documents be forwarded to them must submit an account number
from a local courier agent that accepts freight collect charges. Documents will be promptly dispatched
following payment, but under no circumstance will GOM or MUL be held responsible for late delivery or
loss of the documents so transmitted.
Submissions in sealed envelopes, marked “Confidential - Tender for Brades Power Station - Montserrat”
and with the name and address of the bidder on the outside of the envelop, must be received at the first
address below not later than 14:00 hours on Wednesday, May 8, 2013. Bid opening will take place
immediately after the deadline for submission, in the presence of bidders representatives who choose to
attend. Simultaneously, qualification information only must be submitted to the second address below.
Bids must be accompanied by a Bid Security of three hundred
dollars (USD300,000) or equivalent in a freely convertible currency.
thousand
United
States
GOM/MUL reserves the right to accept or reject any bid, and to annul the process and reject all bids, at
any time prior to award of contract, without thereby incurring any liability to the affected prospective
bidder(s) or any obligation to inform the affected prospective bidder(s) of the grounds for GOM’s/MUL’s
action. GOM/MUL will not defray any costs incurred by any bidder in the preparation of bids.
1. Address For Correspondence, Bid Submission and Bid Opening
The Managing Director
Montserrat Utilities Limited
Davy Hill
MONTSERRAT, W.I.
Tel: (664) 491 2538
Fax: (664) 491 3143
E-mail: Peter.White@mul.ms
2. Address For Completed Qualification Information Only
Procurement Officer
Caribbean Development Bank
P.O. Box 408
Wildey, St. Michael BB11000
BARBADOS, W.I.
Tel: (246) 431 - 1600
Fax: (246) 426 - 7269
Email: procurement@caribank.org
62
Global Project Opportunities: March, 2013
Egypt: Gas turbine project - Tender Details
Description
Design, construction, management, operation and capital financing of a 1,5002,250MW combined cycle gas turbine project in Dairut in the Delta region on a buildown-operate basis as part of an independent power plant (IPP) programme
Bid closing
date
23 February, 2013
Tender no.
Expressions of interest
Source of
financing
Miscellaneous
Islamic Development Bank
Tender documents may also be obtained from Intikhab Alam, Energy Specialist,
Infrastructure Department, Islamic Development Bank, email ialam@isdb.org
Client
Electricity & Energy Ministry
Name
Muhammad Hasan Mahmud, Co-TAF Manager
Address
Email
Islamic Development Bank
mhmahmud@isdb.org
Oman: Primary substation - Tender Details
Description
Bid closing date
Tender no.
Miscellaneous
Construction of a three-by-20MVA, 33/11kV primary substation at Khuwair
South for the Muscat Electricity Distribution Company
25 March, 2013
6/2013
The client is the Muscat Electricity Distribution Company. Tender documents
must be collected from the Tender Board
Details Available From
10 February, 2013
Details Available Until
13 March, 2013
Details Available on
Payment of
Documents availiable
from
Client
Address
Phone
Fax
Website
RO1,530
Tender Board
Muscat Electricity Distribution Company
PO Box 787, Al-Khuwair 133
(96824) 602073/ 602556
(96824) 602063
www.tenderboard.gov.om
63
Global Project Opportunities: March, 2013
CONSULTANCY
Kafue Gorge Lower Hydro Power Project (KGL HPP), Zambia
Short-Listing of Engineering Consulting Firms for the Design and Construction Supervision of
the 750MW Kafue Gorge Lower Hydro Power Project
Borrower/Bid No: ZESCO/042/2013
Request for Expressions of Interest
1. INTRODUCTION
ZESCO Limited (“ZESCO”) is Zambia’s largest public utility, supplying the bulk of the country’s electricity
requirements. ZESCO has embarked on a programme to substantially increase electricity generation and
increase the capacity of the transmission and distribution system in the country. The Government of the
Republic of Zambia has appointed ZESCO to develop the 750MW Kafue Gorge Lower Hydro Power
Station.
ZESCO Limited intends to engage reputable consulting firms to provide engineering consultancy services
comprising: preparation of technical specifications, production of tender documents and overseeing the
tendering process, review of designs and drawings, construction/engineering supervision of the
construction, participate in model tests, factory tests, factory acceptance tests and commissioning of the
750MW Kafue Gorge Lower Hydro Power Station and other facilities.
Applicants that intend to file an application in response to this EOI should submit their application
providing all the information required therein to the address mentioned in this EOI document within the
time period specified.
2. OBJECTIVE OF THE ASSIGNMENT
The objective of this assignment is to procure an ENGINEERING CONSULTANT to assist ZESCO in
successfully developing the 750MW Kafue Gorge Lower Hydro Power Project through provision of
comprehensive and quality engineering consulting services.
3. DESCRIPTION AND SCOPE OF THE PROJECT
ZESCO as a 100% Government owned power utility, is executing the Kafue Gorge Lower Hydro Power
Project on behalf of the Government of the Republic of Zambia (“GRZ”) and is fully mandated to explore
all procurement and financing methods, including public-private partnerships (“PPPs”). The project main
features include construction of:
* a power plant with installed capacity of 750 MW (5 x 150MW generation units)
* a 140m high Concrete Faced Rock-fill Dam (CFRD)
Underlying objectives of the Project will be to ensure the following:
* Increased electrical energy production, to facilitate the current high rate of economic growth;
* High quality of bulk power for national as well as regional interconnected electricity grids
* Make significant contribution to the regional power development (e.g. within the Southern African
Power Pool and beyond)
64
Global Project Opportunities: March, 2013
The appointment of the Engineering Consultant shall be based on technical competence and proven track
record.
4. QUALIFICATION AND EXPERIENCE
Interested consultants should provide information indicating that they are qualified to undertake the
assignment by submitting their detailed information highlighting:
4.1. Experience in basic and detailed engineering design as Supervision/Owners’ Engineer in at least two
(2) similar projects to the KGL HPP, with unit sizes not less than 100 MW including balance of plant
equipment along with associated civil, mechanical, electrical, communications, control and
instrumentation, which have successfully been executed and commissioned within the last ten (10) years.
4.2. Experience in the following:
4.2.1. Detailed project report writing covering selection and sizing of equipment/plant/system design
parameters and operating features, development of conceptual layouts for hydro power plants,
associated auxiliary equipment and balance of plant, piping and instrumentation diagrams and detailed
optimisation studies;
4.2.2. Management of Engineering Procurement and Construction (EPC) contract tender process – bidding
document preparation, pre-bid meetings, evaluation and contract award,
4.2.3. Supervision of EPC Contractors as Supervision/Owners’ Engineer;
4.2.4. Site management covering schedule control, site safety, quality inspections, environmental
management plan monitoring, etc.; and
4.2.5. Offsite project management including due diligence inspections, witnessing of factory acceptance
testing etc.;
4.3. Membership and accreditation to relevant renowned professional bodies.
4.4. Financial capacity to carry out the assignment (submit independently audited annual statements for
the last five years from the year 2012).
4.5. Litigation status from consultant’s advocates or notary republic.
consultant will not be acceptable.
Written statement from the
4.6. Team composition and minimum qualifications of key personnel:
4.6.1. Project Manager – at least ten (10) years of relevant experience at top management level on large
hydro power infrastructure development projects with minimum Masters’ degree or equivalent in
Engineering
4.6.2. Resident Project Manager – at least ten (10) years of experience of managing as
Supervision/Owners’ Site Engineer on large hydro power plant construction projects, with minimum
Bachelor’s degree in Civil Engineering
4.6.3. Electrical Engineer – at least ten (10) years of specific experience with an in depth knowledge in
hydro power plant engineering, with minimum Bachelor’s degree in Electrical Power Engineering
4.6.4. Mechanical Engineer – at least ten (10) years of specific experience with an in depth knowledge in
hydro power plant engineering, with minimum Bachelor’s degree in Mechanical Engineering
65
Global Project Opportunities: March, 2013
4.6.5. Geotechnical Engineer – at least ten (10) years of specific experience with an in depth knowledge
in geotechnical engineering, with minimum Bachelor’s degree in Engineering Geology
4.6.6. Safety & Environmental Engineer – at least ten (10) years of specific experience in hydro power
plant and electricity utility industry safety regulations and practices, with minimum Bachelor degree level
qualification in relevant field
4.7. The firm’s company profile, detailing the firm’s shareholding structure; information on the firm(s)
Directors and its representatives (if any), the Name, Nationality, Address, Telex/Telephone and
Facsimile/E-mail;
4.8. Firm’s Certification of Incorporation or Registration;
4.9. Information on the experience of the firm(s) in the provision of similar services in last five (05) year
with the following details:
4.9.1. Name of client to which service/assignment of similar nature was provided and duration;
4.9.2. Name and location of the project or assignment;
4.9.3. Name and location of the project or assignment undertaken in Africa; and
4.9.4. Value of the assignment(s).
5. CLARIFICATIONS
5.1. Clarification during Evaluation by ZESCO
5.1.1. During the evaluation, ZESCO may request the Applicant for any clarifications. The Applicant shall
furnish the necessary clarifications expeditiously by post/courier/fax/email or by any other fastest means
of communication to ZESCO at the address given.
5.1.2. Failure to provide information essential to evaluate the Applicant’s qualifications, or to provide
timely clarifications or substantiation of the information furnished, ZESCO will be at liberty to declare
such bidder as non-responsive and reject his/her document.
5.2. Clarification requests from interested consulting firms
All requests for clarification from interested Consulting firms concerning this Invitation must be addressed
to:
ZESCO Limited
Attention: Mr. T. Miti - Project Director
Kafue Gorge Lower Hydro Power Project
2nd Floor Mukuba Pension House
Dedani Kimathi Road,
Lusaka.
Telephone: +260 211 221350
Email: tmiti@zesco.co.zm
66
Global Project Opportunities: March, 2013
6. SUBMISSION
ZESCO Limited now invites Expressions of Interest (EOIs) for short-listing from eligible and interested
Consultancy Firms who wish to participate in this consultancy.
The sealed Expressions of Interest must be deposited in the Tender Box at ZESCO Limited Head Office,
2nd Floor, Main Building, Stand no. 6949 Great East Road, Lusaka on or before Friday 15th March 2013
at 10:30 hours local time. LATE SUBMISSIONS WILL NOT BE ACCEPTED.
The Expression of Interest applications will be opened immediately thereafter in the Auditorium situated
at ZESCO Limited Head Office, 2nd Floor, Main Building, Stand no. 6949 Great East Road, Lusaka,
Zambia in the presence of applicants or their representatives who choose to attend.
Only shortlisted applicants will be invited to collect the detailed Request for Proposal (RFP) for further
submission.
H.C. NCHIMUNYA
SENIOR MANAGER PROCUREMENT
Design, construction, management, operation and capital financing of a 1,500-2,250 MW
Combined Cycle Gas Turbine project in Dairut of Egypt
The Government of Egypt (“GoE”) has embarked on a major program to expand and improve its public
infrastructure through Public Private Partnerships (“PPPs”). For this purpose, the GoE via the Ministry of
Electricity and Energy ("MoEE") and its main power utility, the Egyptian Electricity Holding Company
(“EEHC”), wishes to increase electricity supply in the country through private sector participation under an
Independent Power Producer (IPP) program. One element of the new IPP program is the design,
construction, management, operation and capital financing of a 1,500-2,250 MW Combined Cycle Gas
Turbine project in Dairut located in the Delta region by the private sector under a Build-Own-Operate
("BOO") scheme (the “Project”).
The Project was formally launched with EEHC retaining the International Finance Corporation (“IFC”) as
Lead and Financial Advisor in 2010. The Project agreements are in near final form. The GoE, has recently
received a financing from the Arab Financing Facility for Infrastructure (AFFI) and intends to apply part of
the proceeds of this financing to hire a Technical Consultant to finalize the technical and environmental due
diligence as well as provide technical support during the tendering of the Project.
The Arab Financing Facility for Infrastructure (AFFI) is a partnership of the World Bank (IBRD), IFC and
Islamic Development Bank (IDB). The Technical Assistance Facility (TAF), one of the components of AFFI,
provides awareness raising, enabling environment and transaction advisory services to governments to
assist in preparing PPP projects.
The IDB, on behalf of the TAF, now invites eligible consulting firms to indicate their interest in providing
these services. Interested consultants must provide information indicating that they are qualified to perform
the services (brochures, description of similar assignments, experience in similar conditions, general
qualifications and number of key staff and so forth). Please note that Expression of Interest must not
exceed 15 pages. Following this invitation for Expression of Interest, only shortlisted firms will be formally
invited to submit their technical and financial proposals.
Consultants may express their interest in the form of association, validated by an agreement among
members of the association which clearly specifies the type of association, i.e. a joint-venture, intermediate
forms of association, or sub-consultancy. A consultant will be selected in accordance with the procedures
67
Global Project Opportunities: March, 2013
set out in the Guidelines for the Use of Consultants under Islamic Development Bank Financing (current
edition).
Interested consultants may obtain further information at the address below during office hours i.e. 09:00
am to 16:00 pm (Saudi Arabia local time). Expressions of interest must be delivered to the address below
electronically by 24th April, 2013.
Attention:
1) Mr Muhammad Hasan Mahmud
Co-TAF Manager
Islamic Development Bank
Email: mhmahmud@isdb.org
2) Mr. Intikhab Alam
Energy Specialist, Infrastructure Department
Islamic Development Bank
Email: ialam@isdb.org
Khatlon Water and North Tajik Water II Rehabilitation Projects – Stakeholder Participation
Programmes, Tajikistan
Borrower/Bid No: 38327 and 38326
Invitation for expressions of interest
Assignment Description:
The Khujand Water Supply Improvement Programme Phase I (signed 2004) and Phase II (signed 2008)
pioneered the European Bank for Reconstruction and Development (the EBRD or the Bank) approach to
water supply projects in Tajikistan with small loans paired with large capital grants to address
affordability issues in municipal service provision. The South Tajik Water Rehabilitation Project was
signed in May 2009, the North Tajik Water Rehabilitation Project in November 2010, and the Central Tajik
Water Rehabilitation Project in November 2011. These projects are now under implementation. The Tajik
Government has asked the Bank to prepare additional water supply improvement projects for financing
(the Projects), i.e. the North Tajik Water II Project including the cities of Istravshan, Panzhakent,
Shakhriston and Zafarobod, and the Khatlon Water Rehabilitation Project covering two cities in the
Khatlon Province in the South, Isaev and Yovon.
The objectives of both Projects are to: (i) rehabilitate the water supply system and, where applicable,
allow selected wastewater improvements; (ii) improve billing and collection efficiency; and (iii) improve
financial and operational management.
The participating water companies (the Companies) are owned by the SUE “Khojagii Manziliu Kommunali”
(the Client or KMK), a state owned holding company responsible for the delivery of basic municipal
services such as water supply and wastewater services.
KMK is now seeking to engage a team of experts (the Consultant) to provide technical assistance in the
design and implementation of the Stakeholder Participation Programme (the Assignment or the SPPs).
The Consultant is asked to implement SPPs, aimed at enhancing public ownership by encouraging water
conservation, increasing public participation in the provision of water services (service quality,
rehabilitation activities, tariffs integrating poverty and social issues) and raising public awareness on
issues related to the project implementation and water use through establishment of the Water Users
Committees (WUC). Furthermore, the SPPs will integrate poverty and social issues into the proposed
tariff reforms and thereby assist the Companies to improve their corporate governance. Additionally, the
68
Global Project Opportunities: March, 2013
SPPs will raise awareness about water borne disease, which is a significant problem, particularly in this
area. Finally, SPPs implementation will also include assistance to the Companies in finalisation and
implementation of the Stakeholder Engagement Plans (SEP) developed during the Feasibility Study
phase.
SPP preparation should take into account (and build upon) the draft SEPs developed during the Feasibility
Study exercise, with the purpose to finalise SEPs and to make sure that the water companies implement
them accordingly prior to construction.
The services of the Consultant should consist, but not limited to:
-- Raise customer awareness through education campaigns (identification of information needs,
information campaign)
-- Facilitation of dialogue between clients and the Companies (creation of and support to Water User
Committees (WUCs), creation of an Advisory Committee comprising all major stakeholders, encouraging
transparency in decision-making, sustainability of dialogue)
The Consultant shall select an approach, which will ensure that the dialogue continues after the
termination of this Assignment. This will certainly include identification and training of the stakeholder(s)
taking over the tasks initially carried out by the Consultant, such as facilitation of meetings.
Status of Selection Process: Interested firms or group of firms are hereby invited to submit expressions
of interest.
Assignment Start Date and Duration: The Assignment is expected to start in the Q2 of 2013 and has an
estimated overall duration of two years (24 months).
Maximum Budget available for the Assignment: USD 520,000 (exclusive of VAT).
The Consultant must determine whether any indirect taxes/VAT are chargeable on the proposed services
and state the basis for such. If any indirect taxes/VAT are payable, the Client will have to pay indirect
taxes/VAT element to the services directly to the Consultant unless otherwise agreed.
Funding Source: EU Investment Facility for Central Asia and the Early Transition Countries Fund
Eligibility: There are no eligibility restrictions
Consultant Profile: Corporate services are required. The Consultant will be a firm or a group of firms with
experience in the water sector in implementing the key activities of this Assignment.
It is expected that short time input by key international experts be combined with local/regional expert
input. The local/regional experts would secure presence in the field and continuity.
The Consultant Team would likely comprise the following expertise and some individuals may fulfil more
than one role: (i) Project Manager/SPP Expert; (ii) local SPP experts.
Submission Requirements: In order to determine the capability and experience of Consultants to be
shortlisted, the information submitted should include the following:
(a) brief overview of the firm/group of firms including company profile, organisation and staffing;
(b) details of similar experience of firm or group of firms and related assignments undertaken in the
previous five years, including information on contract value, contracting entity/client, project
69
Global Project Opportunities: March, 2013
location/country, duration (mm/yy to mm/yy), expert months provided, assignment budget, percentage
carried out by consultant in case of association of firms or subcontracting, main activities, objectives;
(c) CVs of key experts who could carry out the Assignment detailing qualifications, experience in similar
assignments, particularly assignments undertaken in the previous five years, including information on
contracting entity/client, project location/country, duration (mm/yy to mm/yy), expert months provided,
assignment budget, main activities, objectives.
(d) Completed Contact Sheet, the template for which is available from the following web-link:
http://www.ebrd.com/pages/workingwithus/procurement/notices/csu/contact_sheet.doc
The expression of interest shall not exceed 25 pages (excluding CVs and contact sheet).
One original and 2 copies of the expression of interest, in English and Russian, shall be submitted to the
Client in an envelope marked “EXPRESSION OF INTEREST for Khatlon Water and North Tajik Water II
Rehabilitation Projects – Stakeholder Participation Programmes”, to reach Client not later than the
deadline above mentioned. The EOIs should also be submitted by email to the Client.
One further electronic copy by email or on USB or CD-Rom (both in English and Russian) should be
submitted to the EBRD’s contact person by the same due date.
Important Notes:
Following this invitation for expressions of interest, a shortlist of qualified firms will be formally invited to
submit proposals. Consultant selection and contracting will be subject to availability of funding.
CONTACTS
Executing Agency (Client):
State Unitary Enterprise “Khojagii Manziliu Kommunali” (“KMK”)
The Client Contact Person:
Mr Gafurov M.Z.
Deputy General Director of the SUE “Khojagii Manziliyu Kommunali”
56 N.Karaboev street, 734018, Dushanbe, Republic of Tajikistan
Tel: +992 37 221 06 91/221 77 98
Fax: +992 37 221 06 91
Email: mussogafurov@mail.ru
The EBRD Contact Person:
Nicola Di Pietro
European Bank for Reconstruction and Development
One Exchange Square
London EC2A 2JN
Tel: + 44 20 7338 6329
Fax: +44 20 7338 7451
E-mail: pietron@ebrd.com
70
Global Project Opportunities: March, 2013
Feasibility Studies for the Railways Sector Enhancement Project
Request for Expressions of Interest
The East African Community (EAC) has received a grant from the NEPAD Infrastructure Project
Preparation Facility towards the costs of implementing certain components of the East African Railways
Master Plan, and intends to apply part of the proceeds of the grant for eligible payments under the
contract for Feasibility Studies for the Railways Sector Enhancement Project.
Project Objectives
The Project studies aim at unpacking the East African Railways Master Plan and preparing bankable
projects for investments and policy related documents to assist in the reforming of the railways sector in
the region.
Project Description
The study consists of feasibility and legal & regulatory harmonization studies for:
i) The establishment of a Railway Unit within the EAC Secretariat;
ii) preparation of an investment package including pre-and feasibility studies of 21 Regional Railways
main links;
iii) a policy program for improved sub-regional rail traffic including harmonisation of existing legal and
regulatory Frameworks;
The EAC now invites consultants to indicate their interest in providing these services. Interested
consultants must provide information indicating that they are qualified to perform the services
(brochures, description of similar assignments, experience in similar conditions, availability of appropriate
skills among staff, etc.). Consultants may constitute joint-ventures to enhance their chances of
qualification.
Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with
the African Development Bank’s “Rules and Procedures for the use of Consultants (2008, revised July,
2012)”, which is available on the Bank’s website at http://www.afdb.org. Borrowers are under no
obligation to shortlist any consultant who expresses interest.
Interested consultants may obtain further information at the address below during office hours ( 0800 hrs
- 1700 hrs).
Expressions of interest must be delivered to the address below by 15th March 2013 at 1200hrs and
mention “FEASIBILITY STUDIES FOR AN EAC RAILWAYS SECTOR ENHANCEMENT PROJECT”.
The Secretary
East African Community Tender Committee
East African Community Headquarters
EAC Close, off Barabara ya Afrika Mashariki
P. O. Box 1096
Arusha, Tanzania
Tel: 255 – 27 – 2504253/8;
Fax: 255 – 27 – 2504255/4481;
E-mail: eac@eachq.org
71
Global Project Opportunities: March, 2013
Jordan: Road upgrade construction supervision (2) - Tender Details
Description
Provision of consultancy services comprising construction supervision of the upgrade of
the Al-Zarqa-Al-Azraq-Al-Omary road, section 2, of the Al-Zarqa to Al-Azraq highway
Bid closing
date
14 April, 2013
Tender no.
Request for proposals (no. 26-2012). Open to prequalified contractors only
Client
Address
Phone
Fax
Email
Website
Government Tenders Directorate
Public Works & Housing Ministry, Central Tenders Committee, Director-General, King
Abdullah II Street, Jabal Amman Eighth Circle, PO Box 1220, Amman 11118
(9626) 5858311-14, mobile (962) 79909902
(9626) 5857583/5857639
r-biddings@gtd.gov.jo
www.gtd.gov.jo
Jordan: Road upgrade construction supervision (1) - Tender Details
Description
Provision of consultancy services comprising construction supervision of the upgrade of
the Al-Zarqa-Al-Azraq-Al-Omary road, section 1, of the Al-Zarqa to Al-Azraq highway
Bid closing
date
14 April, 2013
Tender no.
Request for proposals (no. 25-2012). Open to prequalified contractors only
Client
Address
Phone
Fax
Email
Website
Government Tenders Directorate
Public Works & Housing Ministry, Central Tenders Committee, Director-General, King
Abdullah II Street, Jabal Amman Eighth Circle, PO Box 1220, Amman 11118
(9626) 5858311-14, mobile (962) 79909902
(9626) 5857583/5857639
r-biddings@gtd.gov.jo
www.gtd.gov.jo
72
Global Project Opportunities: March, 2013
UAE: Stores consultancy - Tender Details
Provision of consultancy services for the design and construction of fodder
stores in Abu Dhabi, phase 4
Description
Bid closing date
13 March, 2013
Bid Bond
AED20,000
Tender no.
5111236
Open to contractors who are registered with the Abu Dhabi Food Control
Authority. Tender documents are available until 28 February
Miscellaneous
Details Available on
Payment of
Client
Address
Phone
Fax
Email
Website
AED500
Abu Dhabi Food Control Authority
Public Works Building, Dalma Street, PO Box 52150, Abu Dhabi
(9712) 4954000/ 4954440
(9712) 4436190
enquiries@adfca.ae
www.adfca.ae
Kuwait: Park consultancy - Tender Details
Description
Bid closing date
Bid Bond
Tender no.
Miscellaneous
Details Available
on Payment of
Client
Address
Provision of consultancy services comprising planning, detailed design and
preparation of offer documents for the construction, completion and maintenance
of 10 public parks and one main park at the Sabah al-Ahmed Naseem residential
town project
21 April, 2013
KD5,000
Prequalification
Open to prequalified contractors only
KD300
Public Authority for Housing Care
Documents & Contracts Office, PO Box 23385, Southern Surra
Phone
(965) 5301000
Fax
(965) 5387464
Email
Website
webmaster@housing.gov.kw
www.housing.gov.kw
73
Global Project Opportunities: March, 2013
Oman: Road and infrastructure consultancy - Tender Details
Description
Bid closing date
Tender no.
Details Available on
Payment of
Provision of consultancy services for the design and supervision of roads and
infrastructure in Duqm, package 1
12 March, 2013
2/2013
RO3,500 – to account no 04230-205460-30013, Bank Muscat
Client
Special Economic Zone at Duqm (Sezad)
Address
Bareeq al-Shatti, PO Box 25, Muscat 103
Phone
(968) 24507500/ 24507545
Fax
(968) 24587400
Email
Sezadtenders@duqm.com
Website
www.duqm.gov.om
Egypt: Water consultancy services - Tender Details
Description
Provision of lead social, outreach and engineering consultancy services in Zarqa
governorate for water smart homes activities as part of the Millennium Challenge
Account
Bid closing
date
8 April, 2013
Tender no.
Request for proposals (no. 2/2013-MCC)
Client
Government Tenders Directorate
Name
Engineer Mohammad Khaled al-Hazaimeh
Address
Phone
Fax
Email
Website
Chairman, Central Tenders Committee, Director-General, King Abdullah II Street, Jabal
Amman Eighth Circle, PO Box 1220, Amman 11118
(9626) 5858311-14, mobile (962) 79909902
(9626) 5857583/ 5857639
biddings@gtd.gov.jo
www.gtd.gov.jo
74
Global Project Opportunities: March, 2013
Oman: Drainage network consultancy - Tender Details
Description
Bid closing date
Tender no.
Details Available
on Payment of
Client
Address
Phone
Fax
Email
Website
Provision of consultancy services comprising a feasibility study, detailed design
and construction supervision of drainage network development and protection
schemes, phase 1
12 March, 2013
2/2013
RO1,200 – to account no 04230-205460-30013, Bank Muscat
Special Economic Zone at Duqm (Sezad)
Bareeq al-Shatti, PO Box 25, Muscat 103
(968) 24507500/ 24507545
(968) 24587400
Sezadtenders@duqm.com
www.duqm.gov.om
75
Global Project Opportunities: March, 2013
6.0
PROJECT REPORTS
PROJECT REPORTS
Saudi Binladin submits low bid for multi-billion Mecca project
25 February 2013, By Colin Foreman
Contractor competes with four other bidders
The Saudi Binladin Group (SBG) has submitted the lowest bid for the contract to build the Abraj Kudai
mixed-use development in Mecca.
The local contractor submitted a price of SR13bn for the project, which involves building 12 towers
ranging in height from 30 to 45 storeys. SBG’s price is about 19 per cent lower than the price of SR16bn
submitted by the second lowest bidder, the local El-Seif Engineering & Construction. The other bidders
are Athens-based Consolidated Contractors Company (CCC) at SR18bn, Nesma & Partners Construction
at SR19bn, and the local ABV Rock at SR21bn.
The towers will be built on top of a large podium and three basement floors. The two 45-storey towers
will be built at the centre of the development and will have a single dome structure topping both
buildings. The other 10 towers will be 30 storeys high and will be built around the two central buildings.
Altogether, the towers will have 10,150 residential units and hotel rooms. The podium will have a bus
station, shopping mall, restaurants, food courts, a conference centre and car parks. The total built-up
area of the development is 1.5 million square metres.
The development will be built in the Manafia area in central Mecca, 1.7 kilometres away from the Grand
Mosque. The 64,000-square-metre plot is next to Ajyad road in the east, and the Kudai and Birka tunnels
to the west.
The project is the latest major real estate project to be tendered in Mecca. According to regional projects
tracker MEED Projects, there are $2.6bn of real estate construction contracts currently being tendered in
the Mecca Province.
In December last year, the joint venture of Lebanon’s Arabian Construction Company (ACC) and the
UAE’s Drake & Scull International was awarded the estimated SR2.7bn ($720m) contract to build phase
three of the Jabal Omar Development in Mecca.
In March last year, a joint venture of the local Saudi Arabian Baytur Construction Company and the local
Azmeel Contracting & Construction Corporation was awarded an estimated SR1.49bn contract to build the
second phase of the Jabal Omar scheme. The local Nesma & Partners Construction is currently working
on the first phase of the development.
The Jabal Omar Development will consist of 37 towers when completed.
76
Global Project Opportunities: March, 2013
Joint venture wins Saudi sports complex deal
24 February 2013, By Andrew Roscoe
South Korean and local contractor joint venture will build sports hall and athletics stadium in Jeddah
A joint venture of South Korea’s Hyundai Engineering & Construction and the local El-Seif Engineering
Contracting Company has been awarded an estimated $130m contract by Saudi Aramco to build sports
facilities at the King Abdullah Sports City development near Jeddah.
The joint venture has been appointed to build an indoor sports hall with a seating capacity of 10,000 and
an outdoor athletics stadium with a sectator capacity for 1,000 people.
The sporting facilities will be built adjacent to the 60,000-seat King Abdullah Sports City stadium, for
which a joint venture of Belgium’s Six Construct and the local Al-Muhaidib Trading & Contracting
Establishment was awarded a SR2bn ($533m) contract to build in September 2011.
The sports city scheme is being developed on behalf of the government by state oil major Saudi Aramco.
UK-based Arup is the consultant on the scheme.
When King Abdullah Sports City was approved by King Abdullah bin Abdulaziz al-Saud in February 2009,
it was planned to cover an area of 9 square kilometres, 60km north of Jeddah alongside the MeccaMedina highway. The original plans were for a 100,000-seat stadium and several other sporting venues
and structures, including an indoor arena, grand mosque and outdoor athletics stadium, sports academy
and aquatic centre among other structures. The project was downsized in late 2010.
Metito wins Iraq wastewater plant contract
24 February 2013, By Andrew Roscoe
UAE firm will build and supply equipment for wastewater treatment plant in the Najaf governorate
The UAE’s Metito has been awarded a $6.8m contract to design and build a wastewater treatment plant
in the area south of Kufa, Iraq.
The UAE firm will design and build the wastewater treatment plant and will supply all of the mechanical
and electrical equipment. The plant will have a capacity of 50,000 cubic metres per day. The client for the
project is F&B Investment, which is overseeing the scheme for the Najaf governorate.
TUV Rheinland wins Riyadh monorail contract
21 February 2013, By Rebecca Spong
Riyadh monorail scheme has faced several delays
German technical services provider TUV Rheinland has been awarded the contract as the independent
competent person (ICP) for the monorail being built in Riyadh’s King Abdullah Financial District (KAFD).
77
Global Project Opportunities: March, 2013
The contract was awarded by the Saudi Arabian Construction Company Saudi Oger after TUV Rheinland
beat off competition from UK companies Atkins and Interfleet.
The role involves ensuring the monorail is safe to operate. The ICP reports to the Saudi Railways
Commission (SRC), and its assessment will form part of the SRC’s decision as to whether to grant the
railway operating and safety licences.
TUV Rheinland has won similar contracts in Saudi Arabia, having worked on the Al-Mashaar metro project
in Mecca in 2011.
Saudi Oger is the contractor responsible for the full turnkey construction of the monorail, after been
awarded the contract by the Rayadah Investment Company in April 2010.
The project has run into several delays since then. Construction has been held up by about 12-18 months
and the monorail will not be operational for another 39 months. The delay has partly been put down to
technical civil works issues involving the construction of network that will run through a number of
buildings.
The rail link will provide key transport connections within the KAFD development, which includes new
office blocks, mosques, public spaces, hotels and a museum.
In June 2010, KEO International Consultants were awarded the contract to design the 3.5km monorail
route comprising elevated rail viaducts, switch bridges and 131 piers. In the same year, Canada’s
Bombardier Transportation signed a contract with Saudi Oger to supply, install, operate and maintain the
monorail system.
The contract covers the supply of six of its Innovia Monorail 300 trains, all fitted with driverless
technology. The operation and maintenance services will cover an initial contract period of 10 years.
Dubai awards Dar Wasl construction contract
11 February 2013, By Colin Foreman
The mixed-use development will be built next to Safa Park
Local developer Wasl has awarded the estimated $60m contract to build a new mixed-use development in
Dubai to the local Al-Oroba Contracting Company.
The Dar Wasl project is located on Al-Wasl road near to Safa Park. The project involves building a
residential block with 112 units, 166 villas and commercial areas on about 6,000 square metres of land.
Other facilities include a health club and swimming pool.
Once complete, the development will be close to the extended Dubai Creek that will run from Business
Bay, under Shaikh Zayed road, past Safa Park and onto the Gulf.
Contractors are currently preparing to submit bids on 5 March for the first phase of the Creek extension
works. The estimated AED1.5bn-2.5bn ($409m-681m) contract is being tendered by the Roads &
Transport Authority.
78
Global Project Opportunities: March, 2013
Arabtec frontrunner for more Abu Dhabi work
17 February 2013, By Colin Foreman
Contractor expected win deal to build the Fairmont hotel in UAE capital
The local Arabtec Construction is the frontrunner for the contract to build the Fairmont Hotel and Serviced
Apartments in Abu Dhabi.
The local National Investment Corporation is developing the scheme that involves building a 39-storey
tower housing 563 guestrooms, 144 serviced apartment units, 105 other apartments, 13 food and
beverage outlets, ballroom and conference rooms, a swimming pool and sporting facilities. There will be
underground and ground-level parking for 1,300 vehicles. The total built-up area is 160,000 square
metres.
The project manager is Australia’s Confluence. The cost and contracts consultant is the local Williams
International Group. The design consultant and architect of record is the local Dewan Architects &
Engineers. The construction supervision consultant is Lebanon’s Khatib & Alami.
Arabtec is becoming a dominant force in Abu Dhabi. In January, it won the estimated AED2.4bn ($653m)
main construction for the long-delayed Louvre Abu Dhabi museum on Saadiyat Island as part of a joint
venture with Spain’s Constructora San Jose and Oger Abu Dhabi.
Last year, it secured the AED10.55bn contract to build the Midfield Terminal Building at Abu Dhabi
International airport as part of a joint venture with Turkey’s TAV and Athens-based CCC
Petrofac wins $515m contract on Sarb offshore development
5 February 2013, By Mark Watts
London-based contractor awarded Abu Dhabi upstream project’s third package ahead of seven bidders
The UK’s Petrofac has been awarded a $515m contract for a package on Abu Dhabi’s Satah al-Razboot
(Sarb) offshore oil field development, according to sources close to the bidding process.
The third package on the Sarb project, which was tendered by Abu Dhabi Marine Operation Company
(Adma-Opco), covers the development’s offshore pipelines and platforms and associated facilities.
Petrofac submitted the lowest commercial engineering, procurement and construction (EPC) bid out of
eight competing companies on the 5 November deadline.
Adma-Opco has tendered four separate packages for the Sarb field, located 120 kilometres to the
northwest of Abu Dhabi city.
The fourth and largest package, covering the oil processing plant and associated facilities, is expected to
be awarded to Hyundai Engineering & Construction after the South Korean contractor submitted the
lowest bid of about $1.88bn in early January.
The second package, to construct accommodation and administration buildings and associated facilities,
is also in the bidding stage after it was tendered in June 2012, but has yet to be awarded.
79
Global Project Opportunities: March, 2013
The estimated $200m package one, which includes site preparation works, seawater intake and the
construction of a jetty, was awarded to Geneva-registered Archirodon in July 2012.
The project forms part of Adma-Opco’s plan to add 300,000 barrels a day (b/d) of production capacity
from four new offshore fields, with about 100,000 b/d coming from Sarb.
Adma-Opco is majority-owned by Abu Dhabi National Oil Company (Adnoc), with minority stakes held by
the UK’s BP, France’s Total and Japan Oil Development Company (Jodco).
Petrofac is looking to have a successful start to the year in Abu Dhabi’s offshore sector. Industry sources
say the London-based group are the frontrunners for a $3.79bn EPC contract on Zakum Development
Company’s (Zadco) Upper Zakum field development through a consortium with South Korea’s Daewoo
Shipbuilding & Marine Engineering
Consolidated Contractors Company picks up Dubai pipeline deal
7 February 2013, By Mark Watts
Greek group to be awarded Jebel Ali-Hassyan fuel gas pipeline
Athens-based Consolidated Contractors Company (CCC) has won an estimated $150m deal to build a fuel
gas pipeline between Jebel Ali and Hassyan P power station in Dubai, according to a company working on
the project.
Project operator Dubai Supply Authority (Dusup) agreed to award the engineering, procurement and
construction (EPC) deal to CCC in January, but a formal contract has yet to be signed.
At least five companies submitted proposals for the construction phase of the project in October 2012,
with other bidders including UAE-based groups Dodsal and Dutco McConnell Dowell, and Indian
contractors Punj Lloyd and Larsen & Toubro.
The scope of the scheme covers a 48-inch, 41-kilometre pipeline from Jebel Ali Free Zone Port to Dubai
Electricity & Water Authority’s (Dewa) Hassyan P power plant, 60 kilometres southwest of Dubai city and
associated works.
Arabi Enertech wins $98m Kuwait pipeline deal
17 February 2013, By Adal Mirza
More than $761m-worth of upstream deals signed in January
State upstream operator Kuwait Oil Company (KOC) has awarded a KD27.7m ($98.3m) contract to the
local Arabi Enertech for the installation of flowlines and associated works in the southeast of Kuwait.
The deal was signed on 15 January and is part of a raft of contracts signed last month totalling more than
$761m, according to the latest figures released by KOC.
These include two deals worth more than $172m each signed with US oil field services firms Halliburton
Overseas and Dowell Schlumberger for cementing services for KOC’s drilling and workover operations.
Two smaller contracts valued at $120m each were awarded to Canada’s BJ Services Company and the
local National Petroleum Services Company (Napesco).
80
Global Project Opportunities: March, 2013
Arabi Enertech will build a series of six-inch flowlines that will transport crude oil, water and waste from
drilling wells to oil and gas gathering centres across South East Kuwait by the end of 2016.
The company was also awarded a $59.2m contract for the construction of high-pressure flowlines at
Kuwait’s northern Jurassic wells, as part of KOC’s $400m worth of deals in December.
KOC signed a total of $3.6bn of upstream contracts in 2012 covering oil field services, engineering,
procurement and construction and support services. This was up from $2.6bn in 2011, but significantly
below Kuwait’s high of $11.6bn in 2010.
81
Global Project Opportunities: March, 2013
7.0
WORLD DEVELOPEMNT NEWS
ASIA
MIDDLE EAST
Nakheel launches Azure;
expands Palm Jumeirah
(Staff Report) / 26 February 2013
Nakheel is further expanding its Palm Jumeirah project portfolio with the launch of Azure Residences,
today, a collection of beachfront apartments and dining outlets overlooking the Arabian Gulf and Dubai’s
world-famous landmarks.
Azure Residences – launched two weeks after Nakheel’s sell-out Club Vista Mare project, also on The
Palm – will include 170 one and two bedroom apartments with private terraces and panoramic views of
the water and the Dubai skyline. There will also be nine restaurants, including the Breakwater signature
restaurant with 360 degree water and city views.
Construction of Azure Residences is anticipated to begin mid-2013 and completed within two years. The
project, to be built on the eastern shoreline at the base of the Palm’s trunk, will have its own sea facing
infinity pool, a rooftop gym, 266 car parking spaces and mooring facilities for water taxis.
The 170 apartments at Azure Residences will be spread over 10 floors, with 140 one bedroom and 30 two
bedroom units, all with an equipped kitchen and private terrace. Prices start at Dh2.3 million for the onebed option and from Dh4.2 million for the two-bed. All two bedroom units come with a maid’s room.
Azure Residences has been designed to maximise energy-efficiency and cost-effectiveness, with
individual air conditioning systems that residents pay for directly as part of their utility bills, meaning
lower monthly running costs.
Nakheel is seeing a growing demand for properties on Palm Jumeirah, and Azure Residences brings yet
more diversity to its portfolio of developments on the world-famous island.
business@khaleejtimes.com
EmiratesLNG signs lease deal for Fujairah terminal
(Staff Report) / 25 February 2013
ABU DHABI - EmiratesLNG has signed a lease agreement for 260,000 square metres of land from the
Government of Fujairah to accommodate its planned LNG import terminal and regasification facility. The
land is located adjacent to the ESC (Emirates SembCorp) power and desalination plant at Qidfa.
A 50:50 joint venture between Mubadala Petroleum and IPIC, EmiratesLNG will begin construction of its
LNG import terminal later this year, after the necessary approval processes. Formed as a strategic
venture, aligned with Abu Dhabi’s Vision 2030, the company will provide a reliable source of clean,
efficient energy to the UAE.
The Government of Fujairah will also reclaim a portion of land from the sea off the East Coast where
EmiratesLNG will construct an LNG regasification terminal capable of handling the largest LNG carriers.
82
Global Project Opportunities: March, 2013
“This is an important milestone for EmiratesLNG,” said Ahmed Matar Al Mazrouei, chief executive,
EmiratesLNG.
“When completed we anticipate that the EmiratesLNG facility will have the capacity to import nine million
tonnes per annum of LNG to help fuel the growing energy demands of the UAE economy. We will continue
to work closely with the Government of Fujairah throughout construction and operations and I would like
to express my gratitude to the Government of the UAE, the Government of Abu Dhabi and the
Government of Fujairah for their unwavering support of this strategic UAE initiative.”
EmiratesLNG’s phase 1 is expected to be commissioned in two years’ time, and the Port of Fujairah will
see a significant increase in business activity in line with LNG deliveries. The construction and subsequent
operations of the terminal will also see considerable job opportunities in Fujairah.
Upon completion of phase 2, EmiratesLNG will import LNG cargo from the global market, with the
capacity to supply 1.2 billion cubic feet per day of clean, efficient natural gas to the UAE. This will
primarily be used for power generation, to meet with rapidly growing demand from the local market.
muzaffarrizvi@khaleejtimes.com
Oman tenders water treatment plant contract
25 February 2013, 13:00 GMT | By Andrew Roscoe
Work will involve building plant at Wadi Dayqah
Oman’s Public Authority for Electricity & Water (PAEW) has invited bids for the contract to build a water
treatment plant at Wadi Dayqah dam, located in the Wilayat Qurayyat in Muscat.
Contractors have until 1 April to submit bids for the contract. The project is the latest water project that
the sultanate has tendered in the last year. In February, a consortium led Japan’s Sumitomo Corporation
signed a contract to develop an independent water project (IWP) at Ghubrah, located in the Muscat
governorate.
Sumitomo, along with Spain’s Cadagua and Malaysia’s Malakoff International, signed the contract on 11
February to establish a project company that will obtain a licence to build, own and operate (BOO) the 42
million gallon-a-day plant. Sumitomo and Malakoff will each have a 45 per cent holding in the project,
with Cadagua holding the remainder.
Demand for water in the sultanate increased at a faster rate than anticipated in 2012, prompting the
PAEW to revise the capacity building plans for water projects. In June, PAEW awarded the local Galfar
Engineering & Contracting a RO24m ($62.2m) contract to build a water distribution network in the
wilayat of Nizwa in Al-Dakhiliya governorate.
Saudi Aramco to award Samsung Engineering Riyadh refinery project
25 February 2013, 12:58 GMT | By Kevin Baxter
83
Global Project Opportunities: March, 2013
South Korean contractor Samsung Engineering set to sign deal for clean fuels scheme
Saudi Aramco is on the verge of awarding South Korea’s Samsung Engineering the engineering,
procurement and construction (EPC) contract for the $200m Clean Transportation Fuels Project (CTFP) at
its Riyadh refinery.
MEED reported in early January that only four contractors were left in the running for the scheme.
“Samsung Engineering is the hot favourite for this project now and I think Aramco will make an award
shortly,” says an oil and gas source based in Saudi Arabia. “They have taken their time to make a
decision, but Samsung is leading at this point.”
Samsung Engineering declined to comment when contacted by MEED, citing a confidentiality agreement.
The scope of works includes new isomerisation, naphtha-splitting and sulphur guard-bed units, as well as
a diesel hydrotreater reactors. Other work includes the debottlenecking of the hydrocracker and gas
concentration units, and replacement of crude and vacuum distillation tower internals.
MEED reported in July 2011 that the US’ Foster Wheeler had been awarded the front-end engineering and
design (feed) for the project.
Aramco has initiated several similar clean fuels schemes at its domestic wholly owned and joint-venture
refineries, including its facilities at Ras Tanura, Yanbu and Rabigh. The schemes are part of Aramco’s fuel
quality plans, which aim to cut air pollution by supplying ultra-low sulphur diesel for domestic use.
This involves lowering the sulphur content in diesel for transportation to 10 parts a million. This will bring
the kingdom’s fuel in line with international standards. Aramco is looking to reduce sulphur in its diesel
by 95 per cent by 2016.
Dubai Airports invites bids from retailers
(Staff Report) / 22 February 2013
Dubai Airports is inviting bids from specialist retail companies for the awarding of the official service
concessions in the arrivals area of Terminal 1 at Dubai International.
The move is linked to a major refurbishment project that will be carried out at Terminal 1 over the next
year. The opportunity is available to telecommunications retail outlets, car rentals, currency exchange,
hotel, tour operators, pharmacies, convenience stores, restaurants and coffee shops. Retail has become
an increasingly important part of Dubai Airports’ non-aeronautical revenue, as Dubai International’s
expanding network of destinations and rapidly growing passenger numbers allow brands to target a wide
and cosmopolitan audience.
“As one of the busiest airports in the world, and given the global attention generated by the recent
opening of Concourse A, Dubai International offers potential bidders a very attractive proposition. With
sustained passenger growth and our unique passenger profile, the case for continued growth within retail
is proven,” said Eugene Barry, Senior Vice-President, Commercial Unit at Dubai Airports.
Once complete, the refurbished Terminal 1 will offer passengers a vastly improved travelling experience.
The project includes the reconfiguration and expansion of arrivals hall where all ‘meeters’ and greeters
will be accommodated within a fully air-conditioned space with new food and retail outlets.
84
Global Project Opportunities: March, 2013
The arrivals immigration hall will also be overhauled to improve passenger flow and reduce processing
times for arriving passengers. The adjoining arrivals forecourt will be reconfigured to improve traffic flow
and create a safer pedestrian environment for all passengers leaving the Terminal 1 arrivals hall.
The refurbishment of Terminal 1 will pave the way for work to begin on a new elevated train system
which will link the facility to Concourse D, which is currently under construction. Upon completion
Concourse D will become the new home of more than 100 international airlines that fly to and from Dubai
International when it opens in 2015.
Tender document for the retail bids will be available from March 1 between 08:00am – 02:00pm, at the
Dubai Airports’ Commercial Unit, at Dubai International’s Terminal 1.
—business@khaleejtimes.com
Mina Zayed cruise terminal tender to be released in 2013
20 February 2013, 9:13 GMT | By Rebecca Spong
Work continuing on conceptual designs
A tender for the construction of a new cruise facility at Abu Dhabi’s Mina Zayed port is expected to be
floated in 2013.
Presently, work is continuing on early conceptual plans and designs for the facility.
A semi-permanent tented cruise facility was opened at Mina Zayed in October 2011. The 2000 squaremetre facility has a capacity of 1,300 passengers.
However, a new location within the port has now been identified for the construction of a permanent
cruise facility.
The development of the new cruise facility follows the move of all Mina Zayed’s container business to Abu
Dhabi’s new and much larger Khalifa port, which opened last September at Taweelah. The transition of
the containers was completed at the end of 2012.
Mina Zayed will now be focusing on supporting Abu Dhabi’s cruise liner business, while its Freeport will
continue to cater for smaller vessels, tugs, barges and service craft.
The shift of Mina Zayed’s container traffic to Khalifa was much-needed, with the 40-year-old port
operating at maximum capacity for the past few years. Last year, it handled 787,000 twenty-foot units
(TEU) and 767,000 TEUs in 2011. Its maximum capacity is 750,000 TEUs.
Oman to tender Salalah Port's northern breakwater design
19 February 2013, 10:48 GMT | By Rebecca Spong
Salalah breakwater will support the construction of cruise terminal at Omani port
Oman’s ministry of transport and communication will tender the contract for the detailed design for a new
northern breakwater before the end of 2013.
85
Global Project Opportunities: March, 2013
The port authority is currently working with the Omani government on the project and is aiming to get a
contractor on site to begin construction in 2014.
The planned 3.5-kilometre breakwater will not only protect the port from harsh weather conditions, it will
also allow the port to build a new cruise terminal.
Cruise ships currently have to use allocated space in the general cargo area of the port. The plans for the
new cruise terminal are part of wider efforts to improve Salalah’s appeal as a tourist destination, as well
as fuel the growth of small and medium-sized businesses in the area.
Funds for the breakwater project have already been budgeted for under the government’s five-year
(2011-15) plan.
Arabtec bags Dh1 billion Fairmont Abu Dhabi deal
(Staff Report) / 19 February 2013
DUBAI — Arabtec Holding has won a contract worth more than Dh1 billion ($272.3 million) to construct a
Fairmont-branded hotel in Abu Dhabi, says a statement on Monday.
The contract, awarded by Abu Dhabi-based National Investment Corporation (NIC), covers building the
hotel as well as maintaining the development and its electro-mechanical works for one and two years
respectively, the statement said.
The project, which will take 30 months to complete, will see the construction of a 39-storey tower,
composed of 563 rooms and 249 serviced apartments. Arabtec, in which Abu Dhabi investment fund
Aabar Investments raised its stake has been increasingly active in the UAE capital. It won a $653 million
contract to build a branch of France’s Louvre museum in January, while Arabtec was part of the
consortium awarded a Dh10.8 billion contract from the Abu Dhabi government in June to build a mid-field
terminal at the emirate’s airport.
“The hotel will be one of the most luxurious hotels in Abu Dhabi by 2016. Our expectations are based on
facts that derive from the hotel’s unique design that will constitute an architectural addition for Abu
Dhabi,”said Abdullah Al Saadi, MD, NIC.
— With inputs from Reuters
Qatar to reopen prequalification for expressway programme
18 February 2013| By Andrew Roscoe
Contractors currently not on prequalification list will be able to submit entries in March
Qatar’s Public Works Authority (Ashghal) is to reopen prequalification for its multibillion-dollar
expressway programme to enable additional contractors to bid for future schemes.
Speaking at MEED’s Qatar Projects 2013 in Doha on 18 February, Peter Fagan, vice-president project and
oversight and programme director for Ashghal’s Expressway Programme at KBR, said that contractors not
currently prequalified to bid for expressway projects would be able to submit prequalification entries from
11 March.
86
Global Project Opportunities: March, 2013
Ashghal prequalified a number of local and international contractors to bid for expressway projects in
early 2012.
There are 26 future construction contracts scheduled to be tendered as part of Qatar’s estimated $20bn
expressway programme. Fagan told the conference that six major projects were in the detailed design
stage, five in the concept design stage and that a further 15 major construction contracts would be
tendered in the future.
As part of the road improvement programme, Qatar will build 900km of new roads by 2017.
Energy sector helped Qatar overcome economic crisis
18 February 2013, By Colin Foreman
Oil and gas exports provide 70 per cent of government revenues
Qatar’s energy sector has helped the country overcome the challenges it faced from the fallout of the
global economic crisis.
“Qatar has not been completely immune to the economic crisis, but it has weathered the storm well,”
said Mohammed bin Salah al-Sada, Minister of Energy & Industry in a speech delivered by Hamad Rashid
al Mohannadi, managing director of Rasgas and vice-chairman of Qatar Petroleum at the MEED Qatar
Projects 2013 conference on 18 February.
“Our energy sector has played a central role in supporting the economy of Qatar. Last year, oil and gas
exports accounted for 50 per cent of GDP [gross domestic product] and 70 per cent of government
revenues. The government will continue to rely on these revenues in the future”
Qatar is also developing its downstream oil and gas sectors to further support the economy. Power, water
and industrial projects will also help boost the demand for energy in the country.
Dubai to build world's largest ferris wheel on Bluewaters island project
14 February 2013, 9:28 GMT | By Colin Foreman
Development will be developed next to Jumeirah Beach Residences
Local developer Meraas Holding is planning to build a AED6bn ($1.6bn) island development off the Dubai
coast.
Known as Bluewaters, the island will be located next to Jumeirah Beach Residences and will include the
AED1bn Dubai Eye, which will be the world’s largest ferris wheel, together with other retail, residential,
hospitality and entertainment zones.
Construction work on the scheme is scheduled to start in April. South Korea’s Hyundai Contracting and
Netherlands-based Starneth Engineering have been appointed to build the 210-metre-tall Dubai Eye.
For transportation, the project will be connected to the mainland with a road linking to Sheikh Zayed road
and a monorail line that will connect to the Dubai Metro. A pedestrian bridge will link the island with the
Jumeirah Beach Residences promenade.
87
Global Project Opportunities: March, 2013
Once complete, Bluewaters is forecast to draw more than three million visitors each year. The plans were
approved by the UAE’s Vice-President, Prime Minister and Ruler of Dubai, Sheikh Mohammed bin Rashid
al-Maktoum, on 13 February.
Dubai is launching more projects as its real estate market rebounds from the crash of 2008 and 2009.
“There is clearly momentum in Dubai’s real estate sector, with a notable return to development activity
over the past 12 months,” says Mat Green, head of research UAE, at the US’ CBRE Middle East. “The
recent announcement highlights a clear strategy from the Dubai government to improve the emirate’s
tourism as it aims to be more competitive on the global tourism stage. This strategy will see the launch
and completion of various new leisure schemes such as Bluewaters, which are aimed at widening the
overall appeal of Dubai as a travel destination, while also underpinning the long-term attractiveness of
the emirate.”
Last year, Meraas awarded the local Khansaheb Civil Engineering the contract to build a beachfront retail
and entertainment development next to Jumeirah Beach Residences. The project’s architect is the UKbased Benoy
Nakheel to tender $1.8bn of construction work in 2013
14 February 2013, By Colin Foreman
Largest project will be new mall on Palm Jumeirah
Nakheel is preparing to tender AED6.5bn ($1.8bn) of construction contracts this year as the Dubai-based
developer continues to build new projects to support its existing communities.
“[This year, we will be tendering] both malls on the Palm and the Ibn Battuta expansion,” Ali Rashid
Lootah, the chairman of Nakheel told MEED on 13 February. “We will also be tendering the Jumeirah
Village Circle villas and some other developments on the leisure side on the Palm Jumeirah.”
The two malls on the Palm will be worth more than AED3bn. The largest is the estimated AED2.5bn mall
that will be tendered during the second quarter. “We will tender it sometime in April and hopefully we will
award by July,” says Lootah.
The development will be split into two main construction packages, one covering the mall, the other for
the construction of the hotel tower. The packages will be openly tendered. “Our policy is public tender.
We encourage everyone to participate,” says Lootah. “We want the competition.”
Once complete, the mall will have five levels and three basement parking levels with almost 100,000
square metres of retail space, a 1,000 sq m indoor garden and a 180-metre-high viewing deck. The mall
will have about 200 shops, including a 4,200 sq m supermarket and two anchor department stores, a
nine-screen cinema and six medical clinics.
The five-star hotel will have 200 room and 200 apartment units, this may increase of more floors are
added to the tower.
The mall will have 4,000 parking spaces and will also have a station on the Palm monorail, which runs
along the trunk of the Palm to Atlantis from the terminus on Beach road. Nakheel and Dubai’s Roads &
Transport Authority plans to connect the monorail with the under construction Al-Sufouh tram network
that will connect to Dubai Metro.
The other mall construction contract that will be tendered this year is The Pointe. The estimated
AED800m project involves building 136,000 sq m of shops and restaurants at the top of the trunk
opposite the Atlantis resort. The consultant is Lebanon’s Dar al-Handasah.
88
Global Project Opportunities: March, 2013
Nakheel is developing other projects on the Palm Jumeirah. On 7 February, the developer launched a
beachfront residential development called Club Vista Mare. The project includes 33 studio apartments
along with eight cafes and restaurants, retail areas and gymnasium facilities. Like the two malls,
construction is expected to start this year with anticipated completion in early 2015.
The projects that will move ahead are part of Nakheel strategy to develop high-end properties on existing
developments where most of the infrastructure is already in place. “Our focus is the high-end, they are
the people with less risk,” says Lootah. “We [Nakheel] have always been a high-end developer. There
were some that were not such as International City, but we do not foresee going into that and competing
with others. We have a captured market and we want to maximise these locations.”
The projects will help Nakheel build on a strong 2012. It made a profit of AED2bn for the year, a 57 per
cent increase on the previous year. Revenues were up 91 per cent at AED7.8bn as Dubai’s property
market began to rebound and investors began buying properties again.
The company also started work on several new projects. At Jumeirah Park, it awarded the local SS Lootah
Contracting a contract to build 247 villas, and Arabtec Construction a contract for 134 villas. At the
Dragon Mart complex, the local Kele Contracting won a AED600m deal to expand the mall. The local
Parkway International Contracting won a AED27.5m contract to build a 10,600 sq m community centre
serving Jumeirah Islands, Jumeirah Village Triangle and Jumeirah Park, and the local Dubai Civil
Engineering won a AED194m contract to build the Palm Residences on the Palm Jumeirah.
Kurdistan to press ahead with Turkey pipeline
12 February 2013, By Kevin Baxter
Semi-autonomous Iraqi region determined to take control of its hydrocarbons infrastructure
The semi-autonomous Kurdistan region of Iraq has insisted that is going to press ahead with a pipeline
project that will allow it to export crude oil to Turkey.
The move follows warnings from the US that any self-controlled midstream infrastructure built by the
Kurdistan Regional Government (KRG) could lead to the break-up of Iraq.
All of Iraq’s oil operations are controlled by Baghdad under the present arrangement, but the KRG is keen
to take control of its own oil fields and Erbil believes that its right to do so is written into Iraqi law.
Oman prepares to award deals for two gas pipelines
11 February 2013, By Mark Watts
Looplines in Dhofar and Al-Wusta governorates to improve gas infrastructure in sultanate
Oman is evaluating engineering, procurement and construction (EPC) bids on two gas pipelines in the
southern and central regions of Dhofar and Al-Wusta.
89
Global Project Opportunities: March, 2013
State-owned Oman Gas Company (OGC) is expected to award an estimated $40m contract on the
Salalah gas loopline in April, covering the construction of an 85 kilometre, 32-inch pipeline and associated
facilities.
The company received bids from 17 local and international contractors in September 2012 for the project,
which will meet increasing demand for gas in Dhofar governorate.
The loopline will complement the Nimr gas-pumping project, completed in 2012, which has increased the
volumes of gas pumped to chemical and industrial plants around Salalah.
Meanwhile, Petroleum Development Oman (PDO) is expected to award an estimated $50m EPC contract
on the Barik to BVS loopline in March.
The 157km, 20-inch carbon steel pipeline will run in a loop from the Barik gas field in Al-Wusta
governorate to several block valve stations. Contractors bidding for the contract include Oman-based
Galfar Engineering & Contracting and India’s Larsen & Toubro.
PDO is 60 per cent owned by the government of Oman, with the UK/Dutch Shell Group, France’s Total
and Portugal’s Partex owning the rest of the shares.
NPCC receives $100m credit to build vessel
11 February 2013
ABU DHABI - The National Bank of Abu Dhabi, or NBAD, will provide a $100 million financing to the
National Petroleum Construction Company, or NPCC, for the construction of a new vessel.
The proposed financing is a two-plus-five-year structure to finance one new jack-up vessel, which will
enhance the capabilities of the construction company.
NBAD will finance 100 per cent of the cost of the construction for two years and will enter into a five-year
bilateral finance with the NPCC.
The vessel is under construction, and is scheduled to be delivered in 2014.
Dh3.3b projects to lift Jumeirah beachfront
Khaleej Times(Staff Reporter) / 2 February 2013
DUBAI — A beachside mall is part of another Dh3 billion plus batch of new projects announced by His
Highness Shaikh Mohammed bin Rashid Al Maktoum, Vice-President and Prime Minister of the UAE and
Ruler of Dubai.
According to a release on his website, Shaikh Mohammed visited the headquarters of developer Nakheel
on Saturday, where he ordered work to begin on the Dh2.5 billion ‘Nakheel Mall’ project on the Palm
Jumeirah beachfront. He also ordered the start of the Dh800 million shopping and dining complex project
‘The Pointe’, set to overlook the Jumeirah Beach Hotel and the Atlantis resort.
Shaikh Mohammed, Shaikh Hamdan, Shaikh Maktoum, Shaikh Ahmed and others viewing the
project model on Saturday. — Wam
90
Global Project Opportunities: March, 2013
The news comes on the back of announcements about the Dh3 billion Deira market expansion, the Dh1.5
billion Business Bay canal plan update and the construction of multi-billion dirham Mohammed Bin Rashid
City.
Nakheel Chairman Ali Rashid Lootah presented a detailed briefing to Shaikh Mohammed on the two new
projects, including amenities, landscaping, project designs and premium services to be offered, with the
visiting delegation watching a video presentation on the projects, the statement said.
The mall is to be built on an area of one million square feet, and will include a 200-room luxury hotel,
200 hotel apartments and a restaurant with a panoramic sea view.
INDIA NEWS
JSPL introduces new construction technology in Odisha
Jindal Steel Power (JSPL) has introduced one of the most modern technologies, Schnell Home
construction technique, to its Angul project site. This is one of the technologically advanced and efficient
construction methods, developed by Schnell Group, Italy.
This technology is used for the first time in Odisha and second in India. claimed a press release by JSPL.
The Schnell Home construction technique replaces bricks and blocks of traditional construction system
with
polystyrene
sheet
panes,
assembled
together
with
welded
wire
mesh.
The panels are finished on site by pouring or spraying concrete to get different structures of the building
such as vertical walls, stairs and roof.
CMDA stops Walmart arm's godown construction near Chennai
The Chennai Metropolitan Development Authority (CMDA) today sealed a site near Chennai, where global
retail giant Walmart's arm Best Price, a modern wholesale joint venture between Bharti and Walmart, is
constructing a Godown. The Authority has alleged that the construction site does not have necessary
permissions for construction activities.
According to CMDA's Order, which was placed infront of the site, Under Section 56(2A) of Town and
Country Planning Act, 1971 the Commercial Building comprising Ground Floor 1st Floor (part) is
subjected to enforcement action.
Bharti Walmart Spokesperson said that the site and under-construction building belong to an independent
developer. “Bharti Walmart has not received any notices from government authorities."
“We value the relationship we have with our members and remain committed to serving small retailers,
hotels and restaurants and offices and institutions all over India, including Chennai, through our offerings
of
high
quality
products
at
everyday
low
prices,”
said
the
spokesperson.
Meanwhile, CMDA's notice further stated that consequent to the notice issued on November 27, 2012, the
Commercial Building is Locked and sealed and the same shall continue till the land is restored to its
original condition, or till the order is revoked, it said.
"It is hereby cautioned that no third party may acquire or seek to acquire any interest in this property.
Neither the owner nor the developer occupier has any right to use this building in any manner
whatsoever or to tamper with the seal of CMDA. In the event of violation, the owner/developer/occupier
91
Global Project Opportunities: March, 2013
will
be
liable
for
criminal
prosecution,”
said
in
the
CMDA's
notice.
It may be noted, the global retail major is already facing the heat to enter Tamil Nadu, since the state
administration is opposing FDI in retail, traders, CITU, and other political parties have been showing red
flag for Walmart's entry into the state. Protests were organised infront of the site by various
organisations, almost every day in the last two months.
Walmart was planning to enter Tamil Nadu through its wholesale model. The company has started
campaigning stating that it will act as an 'Buying Agent' for its members and treat their stores as
Godowns.
Trade sources said representatives from Best Price have approached the retailers (largely mom&shop
stores) with a detail presentation and started issuing identification cards to them. The company started
constructing storage facilities and offices in Chennai.
As reported earlier, besides the the storage facility in Vanagaram on the suburb of Chennai, the company
is also setting up a full-fledged Marketing Office at Anna Nagar, in the capital city of Chennai.
BL Kashyap bags Rs 900 crore worth orders
Construction company B L Kashyap And Sons has bagged new projects worth Rs 900 crore, for
construction of residential, commercial, SEZ building and industrial building across various parts of India.
The company bagged Rs 470 crore order for the construction of residenital towers Akshaya today.
Bhartiya City-IT SEZ has entrusted BLK to develop its commercial and IT SEZ for an amount of Rs. 200
crores in Bangalore, Hyderabad and NCR.
Leading automotive company Hero Moto Corp Ltd has given an order for construction in Rajasthan for Rs,
230 crores.
HCC-Samsung wins Rs 866 crore Delhi Metro contract
Hindustan Construction Company-Samsung joint venture has won the Rs 866 crore contract to design
and build four-kilometre long tunnel for the third phase of Delhi Metro.
The tunnel will be built on Janakpuri West-Kalindikunj corridor and is fifth contract bagged by HCC from
Delhi Metro Rail Corporation, the company announced today.
The tunnel will be constructed using shield tunnel boring machine and contract also includes construction
of three underground metro stations and related architectural works at Janakpuri West, Dabri Mor and
Dashrath Puri and interchange facilities between existing elevated metro station and proposed
undergound station using cut and cover method.
L&T Construction secures orders worth Rs 1,401 cr in Jan
L&T Construction has secured new order totalling Rs 1,401 crore in various business segments spread
across India and overseas in January 2013.
The power transmission and distribution business has bagged orders worth Rs 605 crore from domestic
and international clients, the company said in an announcement to the Bombay Stock Exchange. This
includes a major EPC order from Power Grid Corporation of India Limited for the extension of 765 kv
substations at Dharmjayagarh, Jabalpur, Bina, Indore and Aurangabad. The order also involves expansion
of 400 KV substations at Dharmjayagarh, Bachau, Boisar and Varsana.
92
Global Project Opportunities: March, 2013
L&T Construction has received another order for extending the 765 kv substation at Meerut, Jhatikara,
Balia and the 400 kv substations at Dheradun, Kota and Kanpur.
On the international front the company has bagged a new order for design and construction of special
airport systems at West Asia.
In the Transportation Infrastructure business the company received a Rs 320 crore order for construction
of runway, taxiway, apron, passenger terminal building, air traffic control tower and other associated civil
works in Sindhudurg, Maharashtra.
The Defence segment of L&T construction has won a contract of Rs 476 crore for designing and
constructing infrastructure facilities at an airbase in Uttar Pradesh.
93
Global Project Opportunities: March, 2013
8.0
PROJECT CONSTRUCTION ITEMS : OVERSEAS INQUIRIES
Bathroom Fittings & Accessories
Euroforniture
Importers of shower cabins, shower trays etc.
Address: 2, Matteotti, Pompiano - 25030, Italy
Phone: +(39)-(30)-7241982 Fax: +(39)-(30)-7241982
Red Orange LlC
Importers of bathroom fittings.
Address: P.O Box 84791, Dubai, United Arab Emirates
Phone: +(975)-(50)-3577350
Newturn Disign
Buyers of bath room accessories.
Address: #4, 20155 50 Avenue, Langley - v3a 6r8, Canada
Phone: +(1)-(604)-5337312
Mobile / Cell Phone: +(1)-6147563
Guangdong Metals & Minerals Import & Export (Group) Corporation
Importers of bathroom faucets and bathroom sinks.
Address: 774, Dongfeng Road, Guangzhou - 510 087, China
Phone: +(86)-(20)-87337651 / 87337783 Fax: +(86)-(20)-38208382 / 87752205
Newise International Limited
Importer of bathroom sinks.
Address: 1/F, Kai Kwong Commercial Bldg Lockhart Road Wanchai, Wan Chai - 332334, China (Hong
Kong S.A.R.)
Phone: +(852)-(852)-25117008 Fax: +(852)-(852)-28917187
Curtiss AS.
Importers of products related to bathroom.
Address: Keramikkveien 32, Stavanger - 4032, Norway
Phone: +(47)-(51)-800805
Roca Sanitario SA
Importers of bathroom fittings and products.
Address: Avda. Diagonal, 513, Barcelona - 08029, Spain
Phone: +(34)-(93)-3661200
Cixi Star Light Sanitary Ware Company Limited
Buyers of shower.
Address: Cang Tian Industrial Area, Changhe, Cixi, Ningbo - 315 326, China
Phone: +(86)-(574)-63406416 / 63415898 Fax: +(86)-(574)-63409125 / 63415786
T. K. Interior Design & Decoration S/b
Importers of bathroom accessories.
Address: 750/D, Taman Ecorich Jalan Tanjung Batu, Bintulu - 97000, Malaysia
Phone: +(6)-(86)-332729 Fax: +(6)-(86)-332729
Mobile / Cell Phone: +(6)-0138338430
Comfort Line AS
Buyers of steam shower, bath tub and heatpump.
94
Global Project Opportunities: March, 2013
Address: Rigedalen, 52, Kristiansand - 4626, Norway
Phone: +(47)-(984)-82373
Aldowlia Trading And Construction
Buyers of enamelled steel bath tubs.
Address: Sahat Alasi, Hama - 1054, Syria
Phone: +(936)-(33)-221309 Fax: +(936)-(33)-525808
Unique International, Dhaka
Importers of all kinds of bathroom fittings.
Address: 20/25, North South Road, Siddique Bazar, Habib Market, 3rd Floor, Dhaka, Bangladesh
Phone: +(880)-(2)-9566254 Fax: +(880)-(2)-9566254
Mobile / Cell Phone: +(880)-171536146
Plasztikform Kft
Importers of stainless steel bathroom units.
Address: Baross Utca 167, Budavrs - 2040, Hungary
Phone: +(36)-(23)-423001 Fax: +(36)-(23)-423003
Otari Ghana Limited
Buyers of all types of bathroom fittings.
Address: No.:10, Dadeban Loop, North Industrial Area, Accra, Ghana
Phone: +(233)-(21)-237796 Fax: +(233)-(21)-237796
Mobile / Cell Phone: +(233)-24670780
Novelli SRL
Importers of bath accesories.
Address: E. Racovita, 25, Cluj Napoca - 400 489, Romania
Phone: +(40)-(264)-432161 Fax: +(40)-(264)-591357
Mobile / Cell Phone: +(40)-741331406
Microdata Associates Limited
Buyers of bathroom accessories such as shower curtain, toothbrush holders etc.
Address: 79, Roseville Road, Hayes, London - UB34QY, United Kingdom
Phone: +(44)-(208)-5731391 Fax: +(44)-(790)-2098281
Mobile / Cell Phone: +(44)-7812339669
Vision Accomplished Ventures Limited
Buyers of bathroom fittings.
Address: 4, Ogunlana drive, Surulere - 34562, Paraguay
Phone: +(234)-(1)-8033048516
Haider Limited
Buyers of bathroom fittings.
Address: 15 Hollinbank Lane, Lee - WF16 9NF, United Kingdom
Phone: +(44)-(7979)-920555
M. G. Systems
Importer of sinks.
Address: Arti 328, Rue Paul Claudel Strret, Evry - 91000, France
Phone: +(33)-(1)-60775460 Fax: +(33)-(1)-60776410
Mebra, Sa
Importers of sanitary brass plumbing fittings, shower sets, bathroom acessories etc.
Address: Lugar Do Barreiro, Apart. N.- 4, Vila De Prado - Braga - 4734908, Portugal
Phone: +(351)-(253)-929600 Fax: +(351)-(253)-929625
Mobile / Cell Phone: +(351)-963931719
95
Global Project Opportunities: March, 2013
Samra Bath Center
Engaged in importing of bathroom accessories, bathroom mirrors and bathroom other
products.
Address: 23, King George Street, Tel Aviv - 63290, Israel
Phone: +(972)-(52)-4669609 Fax: +(972)-(3)-5273506
E-buy Radiators Direct Limited
Buyers of bathroom fixture and fittings such as taps, showers, baths sinks etc.
Address: 15, Longfield Avenue, Fareham - PO141DA, United Kingdom
Phone: +(44)-(1329)-519465 Fax: +(44)-(1329)-519465
Aqua Tec
Importers of spare parts for sink.
Address: 25 Moaz Aldawla, Nser City Mkram Abeed, Cairo - 11241, Egypt
Phone: +(2)-(2)-6708075 Fax: +(2)-(2)-2729651
Mobile / Cell Phone: +(2)-0020124595870
Enter-American
Importers of bathroom accessory.
Address: Rruga Don Bosco, Tirana - 121 212, Albania
Phone: +(355)-(43)-57057 Fax: +(355)-(43)-57057
Plumb Crazy
Buyers of all plumbing, bathroom, hardware products.
Address: 100 Voortrekker Road, Salt River, Cape Town - 7925, South Africa
Phone: +(27)-(21)-5117818 Fax: +(27)-(21)-5117873
Mobile / Cell Phone: +(27)-834634649
A. J. B. Trading Limited
Buyer of all kind of bathroom accessories.
Address: 51, Grays Road Slough, Berkshire - sl1 3qg, United Kingdom
Phone: +(44)-(7505)-403396
Bellagio, Sarl
Buyers of bathroom fitting.
Address: Tabaris Square, Achrafieh, Beirut, Lebanon
Phone: +(961)-(1)-204042
Kudos Shower Products Limited
Buyers of cotton bath and shower mats.
Address: Elmsfield Park Holme Cumbria, Manchester - LA61RJ, United Kingdom
Phone: +(44)-(1539)-564040 Fax: +(44)-(1539)-564141
Swadesh Bidesh
Buyers of bathroom accessories.
Address: 64, Aziz Super Market, 1st Floor, Dhaka - 1000, Bangladesh
Phone: +(880)-(2)-861025 Fax: +(880)-(2)-8613958
Mobile / Cell Phone: +(880)-11875686
Harvest Cosmetic Industry Company Limited
Engaged in manufacturing and supplying of bathroom fittings and air freshners.
Address: No. 2, Lane 120, Paochung 1st Street, Hoa Hu Industrial Park, Chia I - na, Taiwan
Phone: +(886)-(5)-2773673 / 2762149 Fax: +(886)-(5)-2751275
Pinnacle Exclusives, Inc.
96
Global Project Opportunities: March, 2013
Importers of bathroom accessories.
Address: 4655, Bonavista Avenue Suite 208, Montreal - H3W 2C6, Canada
Phone: +(1)-(514)-4824166 Fax: +(1)-(514)-4824166
Multitrade International Ltd.
deals in bathroom fittings
Address: Data General Building, 666 Gt South Rd., Ellerslie, P O Box : 62503, Central Park, Auckland,
New Zealand
Phone: +(64)-(9)-5259721 Fax: +(64)-(9)-5250471
Jash Technical Services Co. Limited
Importers of bath accessories.
Address: P. O. Box 173, Riyadh - 11411, Saudi Arabia
Phone: +(966)-(1)-4767780 Fax: +(966)-(1)-4776662
Desh Sanitary
Importers of bathroom fittings.
Address: 23, Green Super Market, Green Road, Dhaka - 1205, Bangladesh
Phone: +(880)-(2)-8119352 / 8130731 Fax: +(880)-(2)-7164100
Mobile / Cell Phone: +(880)-0173018183
Bahemia Trading Company
Buyers of bathroom and wc fittings.
Address: P. O. Box 117, Port Louis, Mauritius
Phone: +(230)-(767)-8324 Fax: +(230)-(212)-6391
Construction Machinery
C. B. Developments N. I. Limited
Buyers of all kinds of construction plant and machinery.
Address: 79, Main Street, Broughshane, Ballymena - BT424JP, United Kingdom
Phone: +(44)-(28)-25862474 Fax: +(44)-(28)-25862474
E. C. C. Company Limited
Importers of construction equipments.
Address: 47, Dilkusha Commercial Area, Dhaka - 1000, Bangladesh
Phone: +(880)-(2)-9551561 Fax: +(880)-(2)-9892757
Lumbini Trade Centre Nepal Private Limited
Importers of construction equipment
Address: Trispureshore, K. K. M. Building Satdobato, Lalitpur - Na, Nepal
Phone: +(977)-(1)-4260058 / 5524362 Fax: +(977)-(1)-4226711
Jw Imp & Exp Co. Limited
Importers of construction machines.
Address: 310, Duan Du Ave, KunMingcity, Yun Nan province, Kun Ming - 650 021, China
Phone: +(86)-(871)-13987659107 Fax: +(86)-(871)-5357660
Mobile / Cell Phone: +(86)-13987659107
Induztrial Toyz Corporation
Buyers of road construction equipments.
Address: 169, Forrest Drive, Sherwood Park - T8A6A9, Canada
Phone: +(1)-(780)-9451161 Fax: +(1)-(780)-4493747
Wahyu Mandiri
Importers of all types of construction equipments.
97
Global Project Opportunities: March, 2013
Address: Basuki Rahmat 56, Sumatera Selatan - 12430, Indonesia
Phone: +(62)-(711)-421557
Mobile / Cell Phone: +(62)-8127132333
T. Lishman & Sons
Buyers of construction equipments.
Address: The Winnings, Ingleton, Lancaster - LA63DU, United Kingdom
Phone: +(44)-(152)-4241082 Fax: +(44)-(152)-4241935
Yabhana Group
Importers of construction equipments.
Address: 12, Dunchurch Crescent Sutton Coldfield, Birmingham - B73 6QN, United Kingdom
Phone: +(44)-(7909)-526410
Alghanim International & General Trading
Buyers of construction equipments.
Address: Shuaikh, Behind Old Pepsi Company, Safat - 2118, Kuwait
Phone: +(965)-(1)-804044 / 9149534 Fax: +(965)-(1)-4822490
Mobile / Cell Phone: +(965)-965789
Birdi Civil Engineers
Importers of construction plants.
Address: P. O. Box 58223, Nairobi - 00010, Kenya
Phone: +(254)-(20)-823620 Fax: +(254)-(20)-891017
Neo-Tech International Services Limited
Buyers of construction plants.
Address: 3, Hornbeam Road, Hayes - UB49ED, United Kingdom
Phone: +(44)-(77)-75606990
Precise Engineering Services
Importers of construction equipment.
Address: Plot 43, Oboja Road, Kampala - 19780, Uganda
Phone: +(256)-(772)-742053 Fax: +(256)-(38)-400258
Go Industry A. S
Buyers of construction equipments.
Address: Sak R Kesebir Cad. 36/13, Balmumcu Besiktas, Istanbul - 80700, Turkey
Phone: +(90)-(212)-2114348 Fax: +(90)-(212)-2114348
Jepak Holdings Sdn Bhd
Buyers of concrete mixer trucks and batching plants.
Address: 76, C. F. Park, Jalan Tun Hussein Onn, Bintulu - 97000, Malaysia
Phone: +(60)-(86)-333019 Fax: +(60)-(86)-332700
Providence Kobe Company Limited
Importers of all kinds of used construction machinery.
Address: No. 4- 1- 17, Hachimandori, Chuo- Ku, Kobe City - 651-0085, Japan
Phone: +(81)-(78)-2522161 Fax: +(81)-(78)-2522162
Espais Aquatics
Traders of construction materials and equipments.
Address: Torre De Caldea, Planta 9-10, Escaldes-Engordany - 401, Andorra
Phone: +(376)-(3)-58040
Jordan Spare Parts Supply Corporation
Importers of consruction equipment.
Address: Prince Hassan Street, Amman - 1124, Jordan
Phone: +(962)-(79)-6441088 Fax: +(962)-(6)-4753625
98
Global Project Opportunities: March, 2013
Ecco-Euro Paving
Importers of face brick production plants.
Address: 4th Street, Wynberg, Johannesburg, South Africa
Phone: +(27)-(11)-6468740 Fax: +(27)-(11)-4550615
Mobile / Cell Phone: +(27)-0927846468740
Door Knobs, Handles, Knockers, Stoppers & Other Door
Hardware
Halong Traseco
Buyers of all types of construction machine.
Address: 39 Le Lai Street, NGoquyen Dist Hai phong, Haiphong City - 10000, Vietnam
Phone: +(84)-(31)-768412 Fax: +(84)-(31)-767638
Mobile / Cell Phone: +(84)-0903245444
Ergokler Foreign Trade Limited
Importers of drawer slide, hinge and door hinge.
Address: 4. Etap Haznedaroglu Block. 17635, No. 12/2 Eryaman, Ankara - 06793, Turkey
Phone: +(90)-(312)-2826760 Fax: +(90)-(312)-2959818
Anurasiri Furnitures Private Limited
Importers of door pulls, hingers, cam locks, plywood etc.
Address: 701/A, Peradeniya Road Mulgampola, Kandy, Sri Lanka
Phone: +(94)-(81)-2228173
Fax: +(94)-(81)-2233279
Willimco
Buyer of door, door lock, door handles, etc.
Address: 22, Watson Street, Aberdeen - 4850, United Kingdom
Phone: +(44)-(7)-20482314 Fax: +(44)-(7)-23547563
Newise International Limited
Importers of door closers, door handles and door hinges.
Address: 1/F, Kai Kwong Commercial Building, 332-334 Lockhart Road, Wanchai - ., China (Hong Kong
S.A.R.)
Phone: +(852)-(852)-25117008
Fax: +(852)-(852)-28917187
John Phillips Investments Limited
Distributor and supplier of door locks and door closers.
Address: 5, East Hill, London - HA9 9PT, United Kingdom
Phone: +(44)-(20)-89049407
Kin Kei Hardware Industries Limited
Importer of door closers, door handles, door hinges, door knob locks and door viewers.
Address: Room 704, 7/F Eastern Centre, 1065 King's Road,, Tai Koo - .., China (Hong Kong S.A.R.)
Phone: +(852)-(852)-25616788 Fax: +(852)-(.)-25639115
99
Global Project Opportunities: March, 2013
J. L. International Limited, Partnership
Buyers of machineries and raw material for construction industry.
Address: No. 889, Thai C. C. Tower, Room No. 242, South Sathorn Road, Yanawa, Sathorn, Bangkok 10120, Thailand
Phone: +(66)-(2)-6723444
Mobile / Cell Phone: +(66)-896610896
Hong Hoang Trading & Service Pte. Limited
Buyers of used construction equipments and machineries such as excavator, wheel loader,
crawler crane, truck crane, bulldozers, earth drill etc.
Address: Tan Lap Hamlet, Dong Hoa Commune, Di An District, Binh Duong, Vietnam
Phone: +(84)-(8)-8967504 Fax: +(84)-(8)-85110901
Mobile / Cell Phone: +(84)-913838897
Haider Bearing & Machinery Centre
Importers of all types of construction machinery.
Address: No. A-87, Jinnah Road, Rawal Pindi - 46000, Pakistan
Phone: +(92)-(51)-5870342 / 5554446 Fax: +(92)-(51)-5776067
Jazco Company
Importers of door knnobs and knobs products.
Address: Banani Road -5, Block F , House No. 88 Third Floor, Dhaka - 1206, Bangladesh
Phone: +(880)-(12)-8824395
Emmanuella Consult
Importers of door handle.
Address: Plot 22, Victor Hugo Dakar, Dagana - 221, Senegal
Phone: +(221)-(820)-12819
Fax: +(221)-(820)-45221
Hire Station Limited
Buyers of general construction machineries.
Address: Fields Farm Road Long Eaton, Nottingham - NG103FZ, United Kingdom
Phone: +(44)-(845)-6045337 Fax: +(44)-(845)-6688999
Mobile / Cell Phone: +(44)-7711958183
Hanmi International Company Limited
Buyers of used construction equipments and spare parts.
Address: #121-246, Dangsandong 6, Ga Youngdeungpogu, Seoul - 150 808, Korea
Phone: +(82)-(2)-26755013 Fax: +(82)-(2)-26327883
Mobile / Cell Phone: +(82)-112815200
General Building Hardware Traders
J. Hassanali Hardware Store
Buyers of building hardware.
Address: P O Box 1485, Daressalaam - , Tanzania
Phone: +(255)-(22)-2115793 Fax: +(255)-(22)-2130341
Indenza Limited
Buyers of builders hardware.
Address: 142 Westchester Dr, Wellington - 6004, New Zealand
Phone: +(64)-(4)-477 3555
100
Global Project Opportunities: March, 2013
Mike Gepp Developments
Buyers of building related products.
Address: 8, Point Road Monaco, Nelson - 7001, New Zealand
Phone: +(64)-(3)-5479853 Fax: +(64)-(3)-5479008
National Insurance Property Development Company Limited
Buyers of building products.
Address: 56 - 60 St Vincent Street, Port Of Spain - , Trinidad And Tobago
Phone: +(868)-(625)-9166
Fax: +(868)-(623)-0877
Bulk Distributors Limited
Buyers of building hardware materials.
Address: Off Sokoine Road, Arusha - 3091, Tanzania
Phone: +(255)-(27)-2507625 Fax: +(255)-(27)-2548726
Tubus
Buyers of building hardware and construction tools.
Address: E. N. 249-4, Trajouce, S. Domingos De Rana - 2785591, Portugal
Phone: +(351)-(21)-4499900
Fax: +(351)-(21)-4459901
M. H. Stores
Buyers of building hardware etc.
Address: Narung'ombe Street, Kariakoo, Dar Es Salaam - , Tanzania
Phone: +(255)-(51)-2180761 Fax: +(255)-(51)-2180761
Maroc Motif
Buyers of building hardware.
Address: 22, Rue Ennarjisse Benjdia, Casablanca Maroc - 20000, Morocco
Phone: +(212)-(2)-2225702
Fax: +(212)-(2)-2225716
The Stanley Works
Buyers of builder hardware.
Address: 3F, 338 Wen Lin Road, Taipei - 111, Taiwan
Phone: +(886)-(2)-81451465
J. R. C. Enterprise
Importers of decorative building materials.
Address: Appt # 202, H # 88 Road # 8a(new), Dhanmondi R/a, Dhaka - 1209, Bangladesh
Phone: +(880)-(2)-8828742
Fax: +(880)-(2)-8361869
Vijay Hardware
Buyers of building hardwares.
Address: Algoz Industrial Area No. 3, Dubai - 41396, United Arab Emirates
Phone: +(971)-(4)-3479200 Fax: +(971)-(4)-3479733
Ananta International Trading, Inc.
Importers of all types of builders hardware and hand tools.
Address: 7-1285, Bristol Road West, Mississauga - L5V 2H5, Canada
Phone: +(1)-(905)-2860274
Fax: +(1)-(905)-2860163
101
Global Project Opportunities: March, 2013
Quest, New Zealand
Buyers of general building hardwares.
Address: 31 Holmwood road, Wanganui - rd2, New Zealand
Phone: +(64)-(6)-3479933
Rajabdeen & Sons Limited
Importers of builders hardware.
Address: 192, Nawala Road, Colombo - 5, Sri Lanka
Phone: +(94)-(11)-2807500/2807500
Fax: +(94)-(11)-2807500
Almacen El Arquitecto
Buyers of builders hardware accessories.
Address: Cra 42, No. 75-83, Local 148, Itagui, Colombia
Phone: +(57)-(4)-3741718 Fax: +(57)-(4)-3741718
Total Rehab BA
Buyers of equipment for building.
Address: Torggata 33, Oslo - N-0183, Norway
Phone: +(47)-(47)-23157418
Fax: +(47)-(47)-23157401
Shisham Furnitures
Buyers of building hardware.
Address: 15, Shadman, Jail Road, Lahore - 54000, Pakistan
Phone: +(92)-(42)-7533282 Fax: +(92)-(42)-7587506
Allu Metal Maghrebin
Buyers of various builder hardwares.
Address: 40-44, Rue Abou, Amrane Al Fassi, Casablanca - 20100, Morocco
Phone: +(212)-(22)-981058 Fax: +(212)-(22)-981055
Granite, Marble, Sandstone & Slate Stone
Amalgamated Group
Buyers of stone products.
Address: 35 Garden Road, Warrnambool - 3111, Australia
Phone: +(61)-(3)-98417470 Fax: +(61)-(3)-98415033
Excellence Integrated Solutions
Importers of limestone.
Address: Old Mazda Road, Fabric Care Building, 203, Abu Dhabi - 52596, United Arab Emirates
Phone: +(971)-(2)-6711197 Fax: +(971)-(2)-6711158
Mobile / Cell Phone: +(971)-506421157
Stahl Berg GmbH
Importers of all types of granite etc.
Address: Auerhahn Street 4, Gutersloh - 33335, Germany
Phone: +(49)-(17)-99158487
102
Global Project Opportunities: March, 2013
Lionvest Trading Uk Limited
Buyers of stones, marble, granite, limestones, sandstones etc.
Address: Unit 7, Riverside Business Centre Brighton Road, Shoreham-By-Sea, Shoreham-By-Sea BN436RE, United Kingdom
Phone: +(44)-(1273)-453500 / 453501 / 453504 Fax: +(44)-(1273)-453900 / 453901
Entity Holdings Private Limited
Importers of gypsum boards.
Address: 410/3, Bauddhaloka Mawatha, Colombo - 7000, Sri Lanka
Phone: +(94)-(11)-4737828 Fax: +(94)-(11)-5362588
Mobile / Cell Phone: +(94)-777667657
Avner Mart Import Export
Buyers of marble.
Address: 1, HaDror, Kiryat-Ono - 55602, Israel
Phone: +(972)-(50)-590488
Torea Pty Limited
Buyers of marble and granite in slabs and tiles.
Address: 50, Cambell Street, Bowen Hill, Brisbane - 4005, Australia
Phone: +(61)-(7)-32573770 Fax: +(61)-(7)-32573779
Boutique De Net
Buyers of Indian green marble.
Address: 1, Golf Road, G. O. R. - I, Lahore - 54410, Pakistan
Phone: +(92)-(42)-6375707 Fax: +(92)-(42)-6368872
Xiamen Yueyang Stone Company Limited
Importers of importing rough granite blocks.
Address: Unit 7b, Bldg A, Baolong Center, No. 297, Jiahe Road, Xiame, Xiamen - 361 012, China
Phone: +(86)-(592)-5328291
Alpha Trading Enterprise Limited
Buyers of marble products.
Address: 296 Attercliffe Road, Sheffield - S4 7WZ, United Kingdom
Phone: +(44)-(114)-2660877
Maha Co.
Importers of marble, granite, limestone, onyx etc.
Address: # 34, No.3, Golfam Building, Golfam Street, Africa Ave,, Tehran - 0098, Iran
Phone: +(980)-(21)-22020251 / 22055860 Fax: +(980)-(21)-22055860
Mobile / Cell Phone: +(980)-9121271665
Black Mountain Quarries
Buyers of all types of stone.
Address: Tybubach, Craswall, Hereford - HR2OPH, United Kingdom
Phone: +(44)-(1873)-860423
Charcon Specialist Products
Importers of granites.
Address: Marions Way, Coventry Road, Leicester - LE9 3GP, United Kingdom
Phone: +(44)-(1455)-288241 Fax: +(44)-(1455)-285284
Al-Murad Tiles
Buyers of marbles and granites.
Address: Howley Park Road East Morley Leeds West Yorkshire, Leeds - LS27OBN, United Kingdom
Phone: +(44)-(1132)-537766 Fax: +(44)-(1132)-537766
103
Global Project Opportunities: March, 2013
Taj Trading
Buyers of marble.
Address: 17, Buxton Avenue, Oranjezicht, Cape Town - 8001, South Africa
Phone: +(27)-(21)-4231505 Fax: +(27)-(21)-4231505
Mobile / Cell Phone: +(27)-824549383
Shirkooh Yazd Tile
Importers of all types of ceramic and tiles.
Address: Apartment 1, 9th Floor, Mellat Tower, Vali Asr Street, Tehran - Na, Iran
Phone: +(98)-(21)-88784678 Fax: +(98)-(21)-88784678
Harv Ins. Impex
Importer all kinds of granite.
Address: No. 38, Ton Bridge Crescent, Kenton, Harrow, London - HA3 9LE, United Kingdom
Phone: +(44)-(20)-82060038
Future Comptech
Importers of marble, granite, stones and slates.
Address: 603, Novo Star Dr., Mississauga - L5W 1C7, Canada
Phone: +(1)-(416)-6295563
Quang Dieu Co. Limited
Importers of marble, granite, sandstone, slate etc.
Address: 364, Cong Hoa Street, Etown Building, Ho Chi Minh, Vietnam
Phone: +(84)-(88)-8122606 Fax: +(84)-(88)-8122282
Mobile / Cell Phone: +(84)-8918319699
Perfect Cut Abrasives
Importers of polished granite.
Address: Av. Fioravante Cipriano, 581, Cachoeiro De Itapemirim, Espirito Santo - 29314410, Brazil
Phone: +(55)-(28)-35213073 Fax: +(55)-(28)-35186359
Fujian Nanan Lian Feng Mei Stone Co. Ltd.
Importers of marble.
Address: Pushan Industrial Area, Shuitou Town, Nanan, Fujin - 362342, China
Phone: +(86)-(595)-86989553 Fax: +(86)-(595)-86909553
Copro Group
Importers of all types of marbles.
Address: Kosuyolu Mah. D. Blok, Daire No. 4 Emlakbankas, Istanbul - 34000, Turkey
Phone: +(90)-(532)-2401125
Balography Nig Limited
Engaged in importing of granite.
Address: Omoh 20 Funsho Kinoshi Street , Avenue B Stop, Okota Ago, Palace Way, Lagos - ., Nigeria
Phone: +(234)-(709)-313766
Mobile / Cell Phone: +(234)-8086797706
Be-Modern Group
Buyers of marble sheets, marble fire surrounds etc.
Address: Unit 11 Shaftsbury Avenue, Simonside Industrial Estate, Jarrow, Newcastle Upon Tyne NE323TJ, United Kingdom
Phone: +(44)-(191)-4563220 Fax: +(44)-(191)-4553376
Mobile / Cell Phone: +(44)-7713315905
104
Global Project Opportunities: March, 2013
Pak Onyx
Importers Of Marble And Granite.
Address: Plot # 20-A, Unit # II, I-9, Islamabad - 44000, Pakistan
Phone: +(92)-(51)-4440322 Fax: +(92)-(51)-4433501
Pamukkale Granite D Tic. Limited
Importers of marble and granite.
Address: 1004 Sk No: 1/A, Ulukent, Menemen - 35530, Turkey
Phone: +(90)-(232)-8333009 Fax: +(90)-(232)-8333008
Pipe Fittings & Tube Fittings
Pearlcon Group
Importers of all types of pipe fittings.
Address: No. 8, Jeymer Avenue, London - NW2 4PL, United Kingdom
Phone: +(44)-(78913)-63776
Al Aswar Technology Group Co.
Buyers of ductile pipes.
Address: Farhan Building, Fadala Street Block No.11,Salmiya, P.O. Box 6213, Hawalli - 32037, Kuwait
Phone: +(965)-(2)-5629205 Fax: +(965)-(2)-5628176
Zhejiang Juguang Electrical Co., Limited
Importers of pb pipes and fittings.
Address: Xue Zhai Industrial Zone, Liushi, Wenzhou - 325 604, China
Phone: +(86)-(577)-62712600 Fax: +(86)-(577)-62712600
Mobile / Cell Phone: +(86)-13588969013
Innovative Private Limited
Importers of flanges.
Address: 13-A Old Fcc, Ferozepur Road, Lahore - 54600, Pakistan
Phone: +(92)-(42)-111000911 Fax: +(92)-(42)-5710376
Onesteel Piping Systems
Buyers of forged carbon steel flanges.
Address: Cnr Victoria & Elizabeth Streets Wetherill Park, Sydney - 2164, Australia
Phone: +(61)-(2)-97561899 Fax: +(61)-(2)-97560533
G Rgenler AS
Importers of seamless pipes.
Address: No. 1, Organize Sanayi, Bolgesi Avar, CAD. No. 4, Ankara - 06935, Turkey
Phone: +(90)-(312)-2670969 Fax: +(90)-(312)-2670881
Tig Group
Importers of pe pipes.
Address: Botelkamp 38, Hamburg - D-22529, Germany
Phone: +(49)-(40)-790000 / 245117 Fax: +(49)-(40)-790099
Kwan Hing Metal Manufacturing Co. Limited
Buyers of pipes.
Address: Unit 2713A, 27/F., Asia Trade Center, 79 Lei Muk Road, Kwai Chung - Na, China (Hong Kong
S.A.R.)
Phone: +(852)-24211322 Fax: +(852)-24215322
Viking Johnson
105
Global Project Opportunities: March, 2013
Buyers of pipe couplings.
Address: 46-48 Wilbury Way, Hitchin, Hertford - SG40UD, United Kingdom
Phone: +(44)-(1462)-443322 Fax: +(44)-(1462)-443311
Valvulas Worcester
Buyers of forged steel threaded flanges.
Address: Ma?Z #263 Col, Valle De Santiago - 09819, Mexico
Phone: +(52)-(55)-56705155 / 54450276 / 54450120 Fax: +(52)-(55)-55827243
Ergodomica Limited
Buyers of copper pipes and fittings.
Address: 32 Lykavittou Avenue, 2401 Engomi P.O.Box. 28711, Nicosia - 2082, Cyprus
Phone: +(357)-(22)-444540 Fax: +(357)-(22)-444688
Wenzhou Zhaoflon Co. Limited
Purchasers of PTFE raw meterials from Japanese Dakin Co.
Address: 9 Pudong Road (E) Pudong Industrial Area, Guoxi Town, Wenzhou - 325016, China
Phone: +(86)-(577)-6113444 / 8225050 / 88257330 Fax: +(86)-(577)-8247734 / 86130444
Technical Oilfield Supplies Centre
Importers of all types of pipes, tube fittings, flanges, expansion joints etc.
Address: Post Box No. 2647, Abu Dhabi - 2647, United Arab Emirates
Phone: +(971)-(2)-6734042 Fax: +(971)-(2)-6734041
Mobile / Cell Phone: +(971)-507514327
I. B. N. Al Nafees General Trading Establishment
Importers of used steel pipes type F51, ST52, external dia 168 mm, 20mm wallthick, 6 m long,
seamless or welded etc.
Address: P. O. Box 61835, Dubai - 971, United Arab Emirates
Phone: +(971)-(4)-2850500 Fax: +(971)-(4)-2855782
Mobile / Cell Phone: +(971)-504577100
Swecomex S. A. De C. V.
Buyers of flanges, pipes etc.
Address: Calle 5 # 899, Zona Industrial, Guadalajara - 44940, Mexico
Phone: +(52)-(33)-31451767 Fax: +(52)-(33)-31451777
Toos Payvand Company
Buyers of pipes, fittings etc.
Address: 3/1 Nikray Street, Mirdamad Ave, Tehran - 19395, Iran
Phone: +(98)-(21)-2257474 Fax: +(98)-(21)-2257735
Ascon Enterprise
Importers of erw galvanised pipes.
Address: 81-1/1, Mahavidyalaya Mawatha, Colombo, Taiwan
Phone: +(94)-(11)-4617340 Fax: +(94)-(11)-2388577
Mobile / Cell Phone: +(94)-94712344062
Guangzhou Juyi Steel Pipes Co. Limited
Buyers of centrifugal casting ductile iron pipes and fittings.
Address: Sanlian Industrial Park, Licheng Street Zengcheng, Guangzhou - 511 300, China
Phone: +(86)-(20)-82669200 / 82669189 Fax: +(86)-(20)-82669189
Mobile / Cell Phone: +(86)-15602334833
Hakan Plastic
Buyers of pvc, pprc, pe pipes and fittings.
Address: Organize Sanayi Bolgesi Gaziosmanpasa Mah. Istiklal Cad, Cerkezkoy - 59500, Turkey
Phone: +(90)-(282)-7266443 Fax: +(90)-(282)-7269467
Mobile / Cell Phone: +(90)-5334738964
106
Global Project Opportunities: March, 2013
S. S. Trade Link International Private Limtied
Buyers of steel pipe, steel pipe fittings, upvc pipe fittings.
Address: 11, Haji Osman Goni Road, Dhaka - 1000, Bangladesh
Phone: +(880)-(2)-9554805 / 7164364 Fax: +(880)-(2)-9554755 / 7164362
Mobile / Cell Phone: +(880)-11846662
Viking Cives Limited
Buyers of steel flange beams.
Address: RR#4 Norpark Drive, Mount Forest - N0H 2k0, Canada
Phone: +(1)-(519)-3234433 Fax: +(1)-(519)-3234608
Sag Stahl GmbH
Importers of steel pipes.
Address: Ruetersbarg, 48, Hamburg - 22529, Germany
Phone: +(49)-(40)-6447077 Fax: +(49)-(40)-64428490
A Tech Comapny
Importers of titanium plated stainless steel pipes.
Address: A-919, Sam Ho Building, #275-1, YangJae-Dong, SeoCho-Ku, Seoul - 137 941, Korea
Phone: +(82)-(2)-5537555
Raj Arab International
Buyers of pipes and pipe fittings.
Address: Flat No. 3, 79 Hussein Street, Mohandesein, Cairo, Egypt
Phone: +(20)-(2)-7495194 Fax: +(20)-(2)-7495194
Mobile / Cell Phone: +(20)-122388564
Adhams
Importers of flexible pipes.
Address: Rymdgatan, 71, Stockholm - 19558, Sweden
Phone: +(46)-(8)-59120790
Egypipe
Buyers of all types of hdpe pipes.
Address: 157 Al Harm St Giza, Cairo - 12556, Egypt
Phone: +(20)-(48)-600098 Fax: +(20)-(48)-600819
Mahmoud For Trading Pipes & Fittings
Importres of pipes and fittings.
Address: 14 El Sayegh St El Sabteya Ramsis,cairo,egypt, Al Q�Hirah - 11111, Egypt
Phone: +(2)-(2)-5775321
Mobile / Cell Phone: +(2)-102828362
Focus Energy Limited
Buyers of piping.Address: 20, Pale Street, Yangon - 20160, Myanmar
Phone: +(95)-(1)-5001877
Mount Business Consultant
Buyers of hdpe pipes etc.
Address: Leek Marg -228, Kuleswar, Kathmandu - 6127, Nepal
Phone: +(977)-(1)-4285353 Fax: +(977)-(1)-4285353
Mobile / Cell Phone: +(977)-981038902
Uchemc International Company Limited
Buyers of galvanized pipes, UPVC pipes and fittings.
Address: Shop16, Kofoworola House Badagry Exp. Way, Odunade Bus Stop Coker, Lagos - NIL, Nigeria
Phone: +(234)-(1)-7744297 Fax: +(234)-(1)-2880177
Mobile / Cell Phone: +(234)-8023383539
107
Global Project Opportunities: March, 2013
S. K. F. Corporation Limited
Buyers of pipes.
Address: 300/4, Hatirpool, Dhaka - 1215, Bangladesh
Phone: +(880)-(2)-8620274
C. T. E. C. Trading & Construction, Inc.
Buyers of pvc pipes and fittings.
Address: No. 10, Jasmine Street, Ubalde Village, Agdao, Davao City - 8000, Philippines
Phone: +(63)-(82)-2349855 Fax: +(63)-(82)-3008865
Mobile / Cell Phone: +(63)-9177020147
Handal Mandiri
Buyers of steel pipes.
Address: Jl. DI. Panjaitan, Gang Sederhana No. 01, Balikpapan - 76123, Indonesia
Phone: +(62)-(542)-423315 Fax: +(62)-(542)-420537
Mobile / Cell Phone: +(62)-811-547493
Decor Limited
Importers of stainless steel pipes.
Address: St Riznikovski, 1 A, Kharkov - 61025, Ukraine
Phone: +(380)-(57)-7122037 Fax: +(380)-(57)-7102239
Mobile / Cell Phone: +(380)-506306686
Al Aswar Technology Group Co.
Buyers of ductile pipes.
Address: Farhan Building, Fadala Street Block No.11,Salmiya, P.O. Box 6213, Hawalli - 32037, Kuwait
Phone: +(965)-(2)-5629205 Fax: +(965)-(2)-5628176
Zhejiang Juguang Electrical Co., Limited
Importers of pb pipes and fittings.
Address: Xue Zhai Industrial Zone, Liushi, Wenzhou - 325 604, China
Phone: +(86)-(577)-62712600 Fax: +(86)-(577)-62712600
Mobile / Cell Phone: +(86)-13588969013
Esmil Trading
Buyers of pipes, solid bar and fittings.
Address: P.O. Box 129, 8500 Ac Joure, Heerenveen - 8500AC, The Netherlands
Phone: +(31)-(513)-528810 Fax: +(31)-(513)-528842
Scaffolding, Scaffolding Fittings & Formwork Accessories
Elektra Scaffold
Importers of scaffold tube and scaffold fittings.
Address: 91, Royal College Street, London - nw1 0se, United Kingdom
Phone: +(44)-(20)-7387 0543
Intherm Limited
Importers and exporters of scaffolding, formwork accessories , anchor nuts, steel scaffolding
and metal scaffolding.
Address: 3, Electrolitnij Proezd, Moscow - 115 230, Russia
Phone: +(7)-(495)-7806385 / 7895781 Fax: +(7)-(495)-7806385
A. S. Scaffolding Limited
Importers of all types of scaffoldings.
Address: No. 25, Elliott Street, Gravesend - da12 2jp, United Kingdom
Phone: +(44)-(1474)-749760
108
Global Project Opportunities: March, 2013
A. A Scaffolding
Importers of all types of galvanised scaffold tubes.
Address: 10, Cots Wold Way Enfeild, Enfeild - Na, United Kingdom
Phone: +(44)-(208)-3633930 Fax: +(44)-(208)-3633930
Bakht Kabir Company
Buyers of all types of scaffolding couplers.
Address: No. 4, Yazdchi All., Vahdat Eslami Street, Tehran - Na, Iran
Phone: +(98)-(21)-66487632 / 66487633 Fax: +(98)-(21)-66487632
Loughton Scaffolding Merchants Limited
Buying & selling of scaffolding material and second hand scaffolding materials.
Address: Unit 10 D, The Seedbed Centre Langston Road, Loughton - IT103TQ, United Kingdom
Phone: +(44)-(20)-85320044 Fax: +(44)-(20)-85320366
Abacus Sales Limited
Importers of pinion hoists and scaffold hoists.
Address: 4, Catbrain Hill, Cribbs Causeway, Bristol - BS107TH, United Kingdom
Phone: +(44)-(1179)-501418 Fax: +(44)-(1179)-501412
Wall & Floor Tiles
Bohour Al-ebdaa Contracting Est.
Buyers of all types of ceramic tiles.
Address: Takhususi Street, Riyadh - 11432, Saudi Arabia
Phone: +(966)-(1)-4582514 Fax: +(966)-(1)-4201753
Mobile / Cell Phone: +(966)-509824686
Rosean Company Limited
Buyers of ceramic tiles.
Address: 15-3 Doida, Matsuyama - 790-0056, Kenya
Phone: +(81)-(89)-9311700 Fax: +(81)-(89)-9311703
Mobile / Cell Phone: +(81)-60-12-3190414
Coniva Co.
Buyers of ceramic tiles.
Address: Satvena 34, Zagreb - Na, Croatia
Phone: +(385)-(44)-600705
Yemen Business Agencies
Buyers of all types of ceramic tiles.
Address: Al Hasaba, 33 Al Rehab City, Sanaa - 9671, Yemen
Phone: +(967)-(1)-313824 Fax: +(967)-(1)-313844
Esvit
Buyers of ceramic tiles.
Address: Muttalip Org.San.Bol.3.Cad.No/40 Eskisehir, Eskisehir - 26500, Turkey
Phone: +(90)-(222)-2361676 Fax: +(90)-(222)-2361681
Ritzshelf 25 Pty. Limited
Buyers of wall and floor tiles, ceramic and porcelain tiles.
Address: 114, Intersite Avenue, Umgeni Business Park, Durban - 4001, South Africa
Phone: +(27)-(31)-2632696 Fax: +(27)-(31)-2632713
109
Global Project Opportunities: March, 2013
Qreitem Trading Company
Buyers of porcelan granite tiles, marbonite tiles, bathroom tiles etc.
Address: Industrial Zone, Bitunia Street, Ramallah - NIL, Israel
Phone: +(97)-(2)-2902654 Fax: +(97)-(2)-2902627
Mobile / Cell Phone: +(97)-52776239
Zil Standard
Buyers of epoxy flooring.
Address: Malomoskowskaya, 4, Moscow - 129 164, Russia
Phone: +(7)-(95)-2163448
Tradenetwork Fountoulakis
Buyers of tiles.
Address: Andrea Miaouli, 116, Keratsini - 18755, Greece
Phone: +(30)-(210)-4009327 Fax: +(30)-(210)-4004374
Mobile / Cell Phone: +(30)-6977427669
Venetto Ceramicas
Importers of tiles.
Address: 145/1, Green Road., Dhaka - 1205, Bangladesh
Phone: +(88)-(2)-9144949 Fax: +(88)-(2)-8314400
Mobile / Cell Phone: +(88)-171037609
Nordic Kollektion
Importers of garden decorations in ceramics.
Address: Shenley Avenue, Ruislip, Ruislip Manor, Middlesex - HA4 6BP, United Kingdom
Phone: +(44)-(207)-6812930 Fax: +(44)-(1895)-676327
Potent Solutions
Buyers of tiles.
Address: 14, Twynyrefail Place, Gwaun Cae Gurwen, Ammanford - SA181HY, United Kingdom
Phone: +(44)-(1269)-823039 Fax: +(44)-(1269)-823039
Associated Industries, UK
Buyers of flooring products etc.
Address: 9, Norfolk Road, Industrial Estate, Gravesend - DA122PS, United Kingdom
Phone: +(44)-(1474)-328111 Fax: +(44)-(1474)-328222
Dennis Plink Builder Pty Limited
Importers of building products like tiles and ceramics.
Address: P. O. Box 247, Blackheath - 2785, Australia
Phone: +(61)-(2)-63552003
Mobile / Cell Phone: +(61)-414 825711
Moods Fine Furniture Co.
Buyers of tiles.
Address: Killymitten, Ballinamallard, Enniskillen - BT942FW, United Kingdom
Phone: +(44)-(28)-6638882 Fax: +(44)-(28)-66388881
Atava Projects Limited
Buyers of ceramic floor.
Address: City Centre Complex, D-9, Kampala - 041, Uganda
Phone: +(256)-(41)-269062 Fax: +(256)-(41)-269062
Mobile / Cell Phone: +(256)-77340696
Sommer Company Imp. & Exp.
Importers of vinyl flooring, floor covering, floor polishes, falls ceilling and all decorative
materials.
110
Global Project Opportunities: March, 2013
Address: 33, Ebn Kotaiba Street, Sec.7, Nasr City, Cairo - 11471, Egypt
Phone: +(20)-(2)-2607059 Fax: +(20)-(2)-2613045
Mobile / Cell Phone: +(20)-122102755
Al Darwish Group
Importers of ceramic tiles.
Address: 124/30 Al Jazeera street Al Riqa, Deira Dubai - 1037, United Arab Emirates
Phone: +(971)-(4)-221043 Fax: +(971)-(4)-2216058
Indi - Stone Design
Buyers of dimensioned stone.
Address: 681, Timboon - Colac Road, Scotts Creek - 3267, Australia
Phone: +(61)-(3)-55959206 Fax: +(61)-(3)-55959206
Mobile / Cell Phone: +(61)-4005763758
Cisco Tile
Importers of ceramic glazed tile, decorative tiles etc.
Address: Soto 280 Int. 1, Ensenada, B.C. - 22840, Mexico
Phone: +(52)-(646)-1766325 Fax: +(52)-(646)-1766325
Mohammed Osman Ahmed Al Fattani Estate
Buyers of all kinds of stone tiles, multi colored tiles, white tiles, kitchen wall tiles, decorative
wall tiles etc.
Address: Al Dahab, Behind Atlas Hotel,, Jeddah - 21425, Saudi Arabia
Phone: +(966)-(2)-6458316 / 6420491 Fax: +(966)-(2)-6458308
Mobile / Cell Phone: +(966)-966505506286
Sikder Trading International
Importers of all kinds of tiles.
Address: 1613, Hamzarbag Colony, Muradpur, Chittagong, Bangladesh
Phone: +(880)-(31)-682127 Fax: +(880)-(31)-655711
Mobile / Cell Phone: +(880)-0176328881
Steel City Renovation & Engineeering Sdn Bhd
Buyers of tiles.
Address: Plot 41, Elseidale Estate, Mount Erskine - 10470, Malaysia
Phone: +(60)-(4)-8909594
Sofag
Buyers of various types of tiles.
Address: 74, Route De Bethune, Sainte Catherine Les Arras - 62223, France
Phone: +(33)-(3)-21509393 Fax: +(33)-(3)-21509394
Atabuild
Importers of wall and floor tiles.
Address: 8b adekunle fajuyi crescent,off adeniyi jones av., Ikeja - 10609, Nigeria
Phone: +(234)-(1)-7753073 Fax: +(234)-(1)-4973571
Mobile / Cell Phone: +(234)-08033026009
Wholesale Artifacts & Gifts
Importers of ceramics.
Address: 7, Strathmore Court, Annandale - 4814, Australia
Phone: +(61)-(7)-47288339 Fax: +(61)-(7)-47550689
Enlon Filtek
Buyers of wall tiles.
Address: 19, Mac Donald, Freetown, Sierra Leone
Phone: +(232)-(76)-685215
111
Global Project Opportunities: March, 2013
Maksoors Shopping Centre
Importers of floor and wall tiles.
Address: P.O. BOX 5900 INDIA STREET, Dar-Es-Salaam - 255 22, Tanzania
Phone: +(255)-(22)-2130832 Fax: +(255)-(22)-2130834
Mobile / Cell Phone: +(255)-0742 600125
Absolute Kitchen Design
Buyers of granite tiles.
Address: 328, York Road, Leeds - LS9 9DN, United Kingdom
Phone: +(44)-(113)-2400303 Fax: +(44)-(113)-2400303
Mobile / Cell Phone: +(44)-7838368545
Wood Floorings, Timber, Plywood & Laminates
Jets Technics Ltd.
Importers of timbers.
Address: 18-F, Saxon Tower 7 Cheung Shun Street Cheung Sha Wan, Kowloon, Hong Kong, Kowloon 361000, China (Hong Kong S.A.R.)
Phone: +(852)-(2)-27829088 / 23851604 Fax: +(852)-(2)-23886627
Global Sourcing
Importers of timber.
Address: 213, North Circular Road, Dublin - D.7, Ireland
Phone: +(353)-(86)-4085994
Al Ahlia Insurance Company
Buyers of timber and related products.
Address: P. O. Box 2299, Salalah, Oman
Phone: +(968)-(9)-736463 Fax: +(968)-(2)-95094
Hobapol Ag
Importers of all kinds of timber products.
Address: Semslach 39, Obervellach - 9821, Austria
Phone: +(43)-(4782)-29848 Fax: +(43)-(4782)-29848
Mobile / Cell Phone: +(43)-664 569 2596
Vivek Industries Limited
Buyers of plywood.
Address: Mombasa Road, Nairobi, Kenya
Phone: +(254)-(20)-531783 Fax: +(254)-(20)-531587
Mobile / Cell Phone: +(254)-733311335
Laidebao Furniture Company Limited
Buyers of woods, logs etc.
Address: Chumen Section, Sci-Tech Industrial, Yuhuan - 317 605, China
Phone: +(86)-(576)-7427356 Fax: +(86)-(576)-7427358
Mobile / Cell Phone: +(86)-8613566859068
P. D. T. Company Limited
Importers of eucalyptus and acasia wood.
Address: 65/1, Tang Bat Ho, Ward 11, Binh Thanh Dist, Ho Chi Minh City, Vietnam
Phone: +(84)-(8)-8030325 Fax: +(84)-(8)-8030325
Gen Gap Limited
Engaged in importing and supplying wood chip and hand board.
112
Global Project Opportunities: March, 2013
Address: 21, Fearon Road, P. O Box 14061, Accra - Na, Ghana
Phone: +(233)-(21)-667754 / 665241 Fax: +(233)-(21)-665241
Ste Jackyos Inco Sarl
Buyers of teak logs of costa rica origin.
Address: Plot 19, Rue Du Port- Novo, Pobe, Cotonou - 229, Benin
Phone: +(229)-(90)-941540 / 338080 Fax: +(229)-(21)-334239
Mobile / Cell Phone: +(229)-90941540
E Corner
Buyers of sawn timber.
Address: No. 54, Jalan S.P. 1/5 Taman Saujana, Puchong - 47100, Malaysia
Phone: +(60)-(3)-80602095
Mobile / Cell Phone: +(60)-60123815330
Shree Shivshakti Hardware And Sanitary Suppliers
Freight Link International Co. Limited
Importer of commercial dbbcc plywood, mdf radiata pine planks and pine plywood.
Address: SIR VIRGIL NAZ STREET, Port Louis - NIL, Mauritius
Phone: +(230)-(233)-0101 Fax: +(230)-(211)-5410
Ally Logistics Company Limited
Buyers of chemical resistant thick laminates.
Address: 406, No. 37, Shui Cheng Nan Road, Shanghai - 201 103, Congo
Phone: +(86)-(21)-62785181 Fax: +(86)-(21)-62785186
Touza Steel & Wood
Importers of all kinds of timbers.
Address: Najjar Building, Opposite Street. Joseph Hospital, Beirut - Na, Lebanon
Phone: +(961)-(3)-097 990 Fax: +(961)-(1)-250 766
Importers of all kinds of plywood.
Address: Jaya Bagheswori, Chabahil, Kathmandu - 9771, Nepal
Phone: +(977)-(1)-4480345
Ocean Star Shipping & Trading Sdn Bhd.
Buyers of all kinds of timber.
Address: AE7, Jalan Kukuban Satu, Taman Setapak, Kuala Lumpur - 53000, Malaysia
Phone: +(60)-(3)-21665868 Fax: +(60)-(3)-31685886
Mobile / Cell Phone: +(60)-193211582
Al Bahjah
Buyers of plywood.
Address: Karama, Bur Dubai, Dubai - 34633, United Arab Emirates
Phone: +(971)-(50)-6760089
Rudwan Workshop
Buyers of meranti, mahagany and teak wood.
Address: A'amran Street, Sana'A - 326, Yemen
Phone: +(967)-(1)-325224 Fax: +(967)-(1)-325224
Mobile / Cell Phone: +(967)-71124009
Ultident
Importers of dentsply etc.
Address: 4028 Steinberg, St.Laurent - H4R 2G7, Canada
Phone: +(1)-(514)-3353433 Fax: +(1)-(514)-3350992
Zibo Qilu Chemicals Company Limited
Importers of American Logs.
113
Global Project Opportunities: March, 2013
Address: 116 Dawu Road In Linzi District, Zibo - 255414, China
Phone: +(86)-(533)-7482270 / 7480951 / 7482817 Fax: +(86)-(533)-7480591 / 7480487
Xian Link Cork Company Limited
Buyers of plywoods.
Address: Block D,12/F., Rui Xin Building, No.25 Gao Xin Road, Xian - 710075, China
Phone: +(86)-(29)-88234825 / 88247293 / 88247326 Fax: +(86)-(29)-88252249 / 88217406
Al Basheer Trading
Buyers of laminates, timber and floor coverings.
Address: P. O. Box-3115, 401, Basam Omar Complex, Naser Jamil St, Shumaisani, Amman - 11953,
Jordan
Phone: +(962)-(6)-5535375 Fax: +(962)-(6)-5535375
Onurkan Orman Urunleri San. Tic. Limited Sti.
Buyers of plywoods.
Address: Keresteciler Sitesi 4, Sokak No : 42, Istanbul - 80620, Turkey
Phone: +(90)-(212)-6700019 Fax: +(90)-(212)-6700158
Grupo Sonata
Importers of bamboo plywood.
Address: Calle Nicaragua #16 Centro, Mazatlan - 82000, Mexico
Phone: +(52)-(669)-981-5608
Acmeco Ventures Sdn. Bhd.
Buyers of timber.
Address: No. 49 -51, Jalan Seroja No. 39, Johor Bahru - 81100, Malaysia
Phone: +(60)-(7)-5575119 Fax: +(60)-(7)-5545119
David Zong Pty Limited
Importers of wood timber.
Address: R.1604, No.1/405 Lane, Chang Ning Road, Shanghai - 200 050, China
Phone: +(86)-(21)-62116727 Fax: +(86)-(21)-62101445
Mobile / Cell Phone: +(86)-13023299228
Yee Poh Timber Sdn. Bhd.
Buyers of timber, sawn timber, indian timber etc.
Address: 247, Jalan Pasir Putih Taman Pengkalan Jaya, Ipoh - 31650, Malaysia
Phone: +(60)-(5)-3222128 Fax: +(60)-(5)-3219828
K & H Partners
Buyers of wood products.
Address: Midsummer Blvd, Milton Keynes - MK89BD, United Kingdom
Phone: +(44)-(1908)-566471
Ferna SA
Buyers of parquet floorings, timber, plywood and laminates.
Address: Barrio La Virgen, N 35, El Barraco, Spain
Phone: +(34)-(920)-281114 Fax: +(34)-(920)-281564
Zaki Sons
Buyers of timber products.
Address: Zaibunisa Hospital Timber Market, Karachi - 74700, Pakistan
Phone: +(92)-(300)-8236792 Fax: +(92)-(21)-6672015
Maxlink Far East Intl Cargo Service Chine Ltd
Buyers of timbers.
Address: Room 5b-5c No.2 Xushida Mingyuan Building Xinan 4th Road, Baoan 34 Area, Shenzhen 518100, China
Phone: +(86)-(755)-27852776 / 27852778 / 27852779 Fax: +(86)-(755)-27852990
114
Global Project Opportunities: March, 2013
Phiali Company
Importers of high pressure laminates.
Address: No. 61-3, Houhu Rd., Linkou Shiang, Taipei Hsien, Taipei - 244, Taiwan
Phone: +(886)-(2)-2603493 Fax: +(886)-(2)-26034954
Shanghai Tinghao Stone Company
Importer of all kind sofd timber, wood timber, marble timbers.
Address: Room 10 C , 34, Shanghai Mart, 2299 Yan An Road West, Shanghai - 200 336, China
Phone: +(86)-(21)-62360025 / 62360018 Fax: +(86)-(21)-62360135
Mobile / Cell Phone: +(86)-13701657608
Panicos Evgeniou Covering Limited
Buyers of all kinds of wooden and laminate floorings.
Address: 2, Vasileos Constantinou And Rouben, Limassol - 3075, Cyprus
Phone: +(357)-(25)-339121 Fax: +(357)-(25)-336612
H. T. Q. Co., Limited
Importer of all types of plywood boards.
Address: 1/18, Nguyenthaison, Ho Chi Minh City - Na, Vietnam
Phone: +(84)-(8)-8573475
Woodstar Company Singapore Pte Limited
Buyers of sawn timber, plywood, pine logs, teak logs etc.
Address: No. 1, Jalan Masjid, Kembangan Court 01-01, Singapore - 417 625, Singapore
Phone: +(65)-(6)-7413255 Fax: +(65)-(6)-7411455
Othman Al Nasrallah Sons Co.
Buyers of teak wood in blocks or cut sizes.
Address: P.O. Box 41290 Jeeleb Shoukh,, Kuwait - 85853, Kuwait
Phone: +(9)-(65)-4345714 Fax: +(9)-(65)-4345714
Khalili, Oman
Buyers of wood.
Address: Khuwair, Muscat, Ruwi - NIL, Oman
Phone: +(968)-(7)-699098
Mobile / Cell Phone: +(968)-9371434
Tradewoods Limited
Engaged in importing of wood floorings and hardwood floorings.
Address: Ringtail Road, Burscough Industrial Estate, Burscough Nr Ormskirk - L40 8JY, United Kingdom
Phone: +(44)-(1704)-893893 Fax: +(44)-(1704)-893793
Nlr Promotions
Buyers of wooden products.
Address: Mark Oak Cottage Studios Cobham Road, Fetcham - KT229SA, United Kingdom
Phone: +(44)-(01372)-457444 Fax: +(44)-(01372)-457433
Rimaju (Asia Pacific) Sdn. Bhd.
Importers of unfinished and prefinished t & g timber floorings, laminated timber floorings etc.
Address: Lot 14, 1st Floor, Kolam Centre, Jalan Lintas, Luyang, Kota Kinabalu - 88300, Malaysia
Phone: +(60)-(88)-232551 Fax: +(60)-(88)-211313
Engel Timber
Importers of mahogany plywood.
Address: Babenbergerstrasse No. 9, Vienna - A-1010, Austria
Phone: +(43)-(1)-5876343 Fax: +(43)-(1)-5873936
115
Global Project Opportunities: March, 2013
0.9
POLICY & PROCEDURES
GREEN CHANNEL POLICY FOR DGSandD RATE CONTRACTS TREATING THE FIRMS DEEMED
REGISTERED AND DISPENSING WITH PRE DISPATCH INSPECTION OF STORES BY DGSandD
Date : 04 Feb 2013
Location : New Delhi
A major policy initiative has been taken by Department of Commerce, Government of India, to grant
Green Channel facility to the eligible firms, having annual turn-over of Rs. 1000 crore or more, by
treating them as deemed registered and dispensing with the pre-dispatch inspection for Rate Contracts
by The Directorate General of Supplies & Disposals (DGS&D), the nodal agency of the Government of
India for purchase policy and procedure. Supplies from such firms shall be accepted under the
manufacturers' warranty/guarantee by allowing them to self-certify their products for the required
quality. It is a dynamic process, open at all times on a continuous basis. Interested applicant firms
fulfilling the prescribed eligibility criteria can apply for grant of Green Channel facility in the prescribed
format which is available on DGS&D website (www.dgsnd.gov.in).
If the products have satisfactory test reports from International Laboratory Accreditation Corporation
(ILAC) or their worldwide affiliated/ recognized labs or NABL approved Labs, no further testing would be
insisted upon for registration and acceptance of the same by DGS&D.
The Warranty/ Guarantee clause in the Tender Enquiry/ Rate Contract has also been strengthened by
making contractually for the firm to immediately, not later than seven days, repair/ replace the goods, if
consignee complains that the same is defective/not functioning properly, without resorting to verification
or joint inspection or questioning the consignee on any pretext or ground.
The detailed guidelines in this regard can be perused from the Correction Slip No. 36, 37 & 38
respectively all dated 18.12.2012 to DGS&D Manual (available on aforesaid DGS&D website).
***************
DS/RK
116
Global Project Opportunities: March, 2013
Government of India
Ministry of Commerce and Industry
Department of Commerce
Directorate General of Foreign Trade
Udyog Bhawan, New Delhi- 110011
Policy Circular No.14(RE-2012/2009-14
Dated: 4th February, 2013
To
All Regional Authorities
All Customs Authorities
All Members of Trade
Subject:
Clarification on availability of Deemed Export Benefits for supply of goods to
Mega Power Projects.
Paragraph 8.2(f) of Foreign Trade Policy provides for grant of deemed export benefits to supply
of goods required for setting up any Mega Power Project, as specified in Sl.No.507 of Notification issued
by Department of Revenue (DoR) bearing No.12/2012-Customs dated 17.03.2012, as amended from
time to time.
2.
DoR has issued Notification No.49/2012-Customs dated 10.09.2012, amending entry in
Sl.No.507 of DoR Notification No.12/2012-Customs dated 17.03.2012, cited at para 1 above. After this
amendment, clarifications have been sought regarding availability of Deemed Export Benefits for supply
of goods to Mega Power Projects.
3.
As per amendment referred in para 2, benefit of zero duty import is available only for such
Mega Power Project, specified in List 32A, appended to Notification No.49/2012-Customs, so certified by
an officer, not below the rank of Joint Secretary to the Government of India, in the Ministry of Power
before 19th day of July, 2012. Only 111 Mega Power Projects have been included in list 32A of
Notification No.49/2012-Customs dated 10.09.2012. This list is given in Annexure to this Circular.
Accordingly, deemed export benefits will be available for supply to these 111 projects, subject to the
conditions of above stated DoR Notification, provisions of Foreign Trade Policy and Handbook of
Procedures.
(Jay Karan Singh)
Joint Director of Foreign Trade
E-mail:jaykaran.singh@nic.in
(F.No.01/92/180/126/AM-13/PC-VI)
Enclosure: List of 111 projects, as available on List 32A of Notification
No.49/2012-Customs dated 10.09.2012 (4 pages).
117
Global Project Opportunities: March, 2013
Annexure to Policy Circular No.
14(RE-2012)2009-14
dated
4.2.2013
1
Parbati-II, Himachal Pradesh - 4x200=800 MW (NHPC)
2
Teesta- V, Sikkim - 3x170=510 MW (NHPC)
3
Sipat-II, Chhattisgarh - 2x500=1000 MW (NTPC)
4
Vindhyachal-III, Madhya Pradesh - 2x500=1000 MW (NTPC)
5
Talcher-II, Orissa - 4x500=2000 MW (NTPC)
6
Rihand-II, Uttar Pradesh - 2x500=1000 MW (NTPC)
7
Sipat-I, Chhattisgarh - 3x660=1980 MW (NTPC)
8
Kahalgaon-II Phase-I & II Bihar - 3x500=1500 MW (NTPC)
9
Barh, Bihar - 3x660=1980 MW (NTPC)
10
Koldam, Himachal Pradesh - 4x200=800 MW (NTPC)
11
Tuticorin, Tamil Nadu- 2x500=1000 MW (NLC)
12
Parbati-III, Himachal Pradesh - 4x130=520 MW (NHPC)
13
Jhanor Gandhar CCPP-II, Gujarat - 2x650=1300 MW (NTPC)
14
Kawas CCPP-II, Gujarat - 2x650=1300 MW (NTPC)
15
RGPPL, Maharashtra - 2150 MW (JV of NTPC/ GAIL/ Govt. of Maharashtra)
16
Tapovan Vishnugad HEP, Himachal Pradesh - 4x130=520 MW (NTPC)
17
Simhadri-II, Andhra Pradesh - 2x500=1000 MW (NTPC)
18
Indira Gandhi STPP-JV project, Haryana - 3x500=1500 MW (NTPC)
19
Bongaigaon, Assam - 3x250=750 MW (NTPC)
20
Barh-II, Bihar - 1320 MW (NTPC)
21
Koderma TPS St-I, Jharkhand – 1000 MW (DVC)
22
Durgapur Steel TPS, West Bengal - 2x500=1000 MW (DVC)
23
Tehri Pump Storage Project – 4x250=1000 MW (THDC)
24
Mauda, Maharashtra – 2x500=1000 MW (NTPC)
25
Rihand- III, Uttar Pradesh - 2 x 500=1000 MW (NTPC)
26
Nabinagar- JV with Railways, Bihar - 4 x 250=1000 MW (NTPC)
27
Vallur Stage- I Phase I & II, Tamil Nadu - 3 x 500=1500 MW (NTPC-Tamil
Nadu Energy Co. Ltd.)
28
Raghunathpur TPS Phase 1, West Bengal - 2 x 600=1200 MW (DVC)
29
Tanda- II, Uttar Pradesh-2 x 660=1320 MW (NTPC)
30
Meja, Uttar Pradesh - 2 x 660=1320 MW (NTPC)
31
Vindhyachal-IV, Madhya Pradesh - 2 x 500=1000 MW (NTPC)
32
Solapur STPP, Maharashtra - 2x660=1320 MW (NTPC)
33
Nabinagar STPP, JV with Bihar, Bihar-3x660=1980 MW (NTPC)
34
Mouda STPP-II, Maharashtra- 2x660= 1320 MW (NTPC)
35
Raghunathpur TPS (Ph-II), West Bengal- 2x660=1320 MW (DVC)
36
North Karanpura STPP, Jharkhand- 3x660=1980 MW (NTPC)
37
Kudgi STPP stage-I, Karnataka- 3x800=2400 MW (NTPC)
38
Darlipalli STPP, Stage-I Orissa- 2x800=1600 MW (NTPC)
39
Barethi STPP, Madhya Pradesh- 6x660=3960 MW (NTPC)
40
Lara STPP, Chhattisgarh -2x800=1600 MW (NTPC)
118
Global Project Opportunities: March, 2013
41
Gajmara STPP Stage-I - 2x800= 1600MW (NTPC)
42
Rajiv Gandhi CCPP Stage- II Phase-I, Kerala- 3x350 =1050 MW (NTPC)
43
Gidderbha STPP, Punjab - 4x660= 2640 MW (NTPC)
44
Khargone Super TPP, M.P. - 2x660= 1320 MW (NTPC)
45
Gadarwara Super TPP, M.P. - 2x660= 1320 MW (NTPC)
46
Katwa Super TPP, West Bengal - 2x800= 1600 MW (NTPC)
47
Bilhapur STPP, Uttar Pradesh -2x660= 1320 MW (NTPC)
48
Talcher STPP Stage-III, Orissa - 2x660=1320 MW (NTPC)
49
Khedar (Hissar), Haryana - 1000 (+200) MW (HPGCL)
50
Khandwa, Madhya Pradesh - 2x500= 1000 MW (MPPGCL)
51
Gas based CCPP Pragati-III, Delhi-1371.6 MW (Pragati Power Corp. Ltd.)
52
Sri Damodaran Sanjeevaiah, Nellaturu, Andhra Pradesh - 2x800=1600 MW
(APPDCL)
53
Chandrapur Expansion, Maharashtra- 2x500= 1000 MW (MSPGCL)
54
Koradi Expansion, Maharashtra- 3x660= 1980 MW (MSPGCL)
55
Bhusawal Expansion, Maharashtra- 2x500= 1000 MW (MSPGCL)
56
Supercritical TPP at STPS Stage-V at Suratgarh, Rajasthan- 2x660)= 1320
MW (RRVUNL)
57
Supercritical TPP at Chhabra, Rajasthan - 2x660= 1320 MW (RRVUNL)
58
North Chennai, Tamil Nadu-2x600=1200 MW (TNEB)
59
60
Purulia Pump Storage Hydel Project, West Bengal- 4x225= 900 MW (State
Sector)
Sagardighi TPP Ext. Unit 3&4, West Bengal-2x500=1000 MW (WBPDCL)
61
Shree Singaji TPP-2x660 (MP Power Generating Company Ltd MW
(MPPGCL)
62
Krishnapatnam UMPP, Andhra Pradesh- 6x660= 3960 MW (Coastal Andhra
Power Ltd.)
63
Mundra UMPP, Gujarat- 5x800= 4000 MW (Coastal Gujarat Power Ltd.)
64
Sasan, Madhya Pradesh- 6x660= 3960 MW (Sasan Power Ltd.)
65
Tilaiya UMPP, Jharkhand- 5x800= 4000 MW (Jharkhand Integrated Power
Ltd.)
66
Orissa UMPP, Orissa- 5x800= 4000 MW
67
Chhattisgarh UMPP, Chhattisgarh- 5x800= 4000 MW
68
Cheyyur UMPP,- 5x800= 4000MW
69
Raigarh TPP, Chhattisgarh- 4x250= 1000 MW (M/s. Jindal Power Ltd.)
70
Akhakhol GBPP, Gujarat- 3x382.5= 1147.5 MW (M/s. Jindal Power Ltd.)
71
72
73
74
75
Udupi (Nagarjuna) Power Project, Karnataka- 2x600= 1200 MW (M/s.
Udupi (Nagarjuna) Power Corp. Ltd.)
IPP project Haryana- 2x660= 1320 MW (M/s. Jhajjar Power Ltd.)
726 MW CCGT being developed by ONGC-Tripura Power Company Ltd.
(OTPC) at Palatana, Tripura-(2x250)(2x113.3)= 726 MW
Salaya TPP, Gujarat- 2x600= 1200 MW (M/s. Essar Power Gujarat Ltd.)
Tiroda TPP, Maharashtra-5x660=3300 MW (M/s. Adani Power Maharashtra
Ltd.)
119
Global Project Opportunities: March, 2013
76
Kawai TPP, Rajashtan - 2x660=1320 MW (M/s. Adani Power Rajasthan
Ltd.)
77
Teesta-VI, Sikkim - 4x125= 500 MW (M/s. Lanco)
78
Teesta-III Sikkim- 6x200= 1200 MW (M/s. Teesta Urja Ltd.)
79
KSK Mahanadi Power Company Ltd.(U-3 & 4) Janjgir- Champa,
Chhathisgarh-2x600=1200 MW (M/s KSK Mahanadi Power Co Ltd.)
80
Rajpura TPP in the State of Punjab- 2x700= 1400 MW (M/s. Nabha Power
Ltd.)
81
Talwandi Sabo power project at Banawala, Punjab.- 3x660=1980 MW
(M/s. Talwandi Sabo Power Ltd. (TSPL))
82
TPP at Nandgaonpeth, MIDC, Amravati Dist,. Maharashtra.- 5x270= 1350
MW (M/s. Indiabulls Power Ltd.)
83
TPP at Karachhana, Allahabad, UP- 2x660 = 1320 MW (M/s. Sangam
Power Gen Company Ltd.)
84
TPP at Bara, Allahabad, UP. -3x660=1980 MW (M/s. Prayagraj Power Gen.
Company Ltd.)
85
TPP at Surguja, Chhattisgarh- 2x660 = 1320 MW (M/s. IFFCO
Chhattisgarh Power Ltd.)
86
TPP at Dhenkanal, Orissa-3x350=1050 MW (M/s. GMR Kamalanga Energy
Ltd.)
87
GMR Chhattishgarh Energy Ltd. Raipur, Chhattisgarh-2x685 MW
88
KSK Mahanadi Power Corporation Ltd. (U-2&5) Janjgir Champa,
Chhattisgarh-2x600 MW
89
KSK Mahanadi Power Corporation Ltd. (U-1&6) Janjgir Champa,
Chhattisgarh-2x600 MW
90
Thermal Powertech Corporation Ltd. Pynampuram Andhra Pradesh- 2x660
MW
91
KVK Neelanchal Power Pvt. Ltd Cuttak, Orissa-3x350 MW
92
East-Coast Energy Pvt. Ltd Srikakulam, Andhra Pradesh.-2x660 MW
93
Monnet Power Corporation Ltd. Malibrahmani, Orissa-2x525 MW
94
Hinduja National Power Corporation Ltd. Vishakhapatnam, Andhra
Pradesh-2x520 MW
95
Corporate Power Ltd. Chandwa, Jharkhand-4x270 MW
96
Lanco Power Ltd. (U-3,4) Pathadi, Chhattisgarh-2x660 MW
97
Lalitpur Power Generation Company Ltd. Lalitpur, U.P.-3x660 MW
98
Lanco Vidarbha Thermal Power Ltd. Wardha, Maharashtra-2x660 MW
99
Lanco Babandh Power Ltd. Dhenkanal, Orissa-2x660 MW
100
DB Power Ltd. Vadodarha TPP Janjgir – Champa Chattisgarh-2x660 MW
101
Athena Chhattisgarh
Chattisgarh- 2x600 MW
Power
Ltd.
Singhitarai
TPS
102
Essar Power Jharkhand Ltd. Tori, Jharkhand- 2x600 MW
103
MB Power (MP) Ltd. Anuppur, Madhya Pradesh-2x600 MW
Janjgir-Champa,
104
RKM Powergen Pvt. Ltd. Uchpinde TPP Janjgir- Champa, Chattisgarh-4x360
MW
105
IL & FS Tamil Nadu Power Company Ltd. Cuddalore, Tamil Nadu-2x600
MW
120
Global Project Opportunities: March, 2013
Note :
106
Meenakshi Energy Pvt. Ltd Thamminapatanam, Andhra Pradesh-Ph-1:2x
150 Ph-II 2x350 MW
107
SKS Power Generation (Chhattisgarh) Ltd. Binj Kote TPP Raigarh,
Chhattisgarh-4x300 MW
108
Jindal India Thermal Power Ltd. Angul, Orissa- 2x600 MW
109
NCC Power Projects Nellore AP-2x660 MW
110
Samalkot Power Ltd. Samalkot, Andhra Pradesh-2400 MW
111
Torrent Energy Ltd. Dahej, Gujarat-1200 MW”
This is IDENTICAL to the projects included in List 32A of Notification No.49/2012-Customs dated
10.9.2012
To be Published in the Gazette of India Extraordinary Part-II, Section - 3, Sub-Section (ii))
Government of India
Ministry of Commerce & Industry
Department of Commerce
Udyog Bhawan
Notification No 34 (RE–2012)/2009-2014
New Delhi, Dated: 8th February, 2013
Subject: Export of Stone Aggregate to Maldives.
S.O. (E)
In exercise of powers conferred by Section 5 of the Foreign Trade (Development &
Regulation) Act, 1992 (No. 22 of 1992) read with Para 2.1 of the Foreign Trade Policy, 2009-2014,
as amended from time to time, the Central Government hereby makes the following amendments in
Notification No.54(RE-2010)/2009-2014 dated 07.06.2011 with immediate effect.
2.
Notification No. 54(RE-2010)/2009-2014 dated 07.06.2011 had permitted export of
specified quantities of Stone Aggregates to Maldives for the years 2011-12, 2012-13 and 2013-14.
With immediate effect, export of Stone Aggregates against the above notification is stopped till
further notice.
3. Effect of this notification:
Export of Stone Aggregates to the Republic of Maldives permitted vide notification dated
07.06.2011 is stopped till further notice.
(Anup K. Pujari)
Director General of Foreign Trade
E-mail: dgft[at]nic[dot]in
(Issued from 01/91/171/59/AM09/Export Cell)
121
Global Project Opportunities: March, 2013
10. TECHNOLOGICAL BREAKTHROUGHS : PRODUCTS & PROCESSES
Kingdom Tower (Arabic: Burj al Mamlakah), previously known as Mile-High Tower supertall
skyscraper proposed for construction in Jeddah, Saudi Arabia at a preliminary cost of SR4.6 billion
(US$1.23 billion).It will be the centerpiece and first phase of a SR75 billion (US$20 billion) proposed
development known as Kingdom City that will be located along the Red Sea on the north side of Jeddah.
If completed as planned, the tower will reach unprecedented heights, becoming the tallest building in the
world, as well as the first structure to reach the one-kilometer mark. The tower was initially planned to
be 1.6-kilometre (1 mi) high; however, the geology of the area proved unsuitable for a tower of that
height. The design, created by architect Adrian Smith, incorporates many unique structural and aesthetic
features. The creator and leader of the project is Saudi Arabian Prince Al-Waleed bin Talal, the wealthiest
Arab in the Middle East, and nephew of King Abdullah. Talal is the chairman of Kingdom Holding
Company (KHC), the largest company in Saudi Arabia, which is a partner in Jeddah Economic Company
(JEC), which was formed in 2009 for the development of Kingdom Tower and City. Reception of the
proposal has been highly polarized, receiving high praise from some as a culturally significant icon that
will symbolize the nation's wealth and power, while others question its socioeconomic motives, and
forecast that it will have negative financial consequences.
The building has been scaled down from its initial 1.6 km (about one mile) proposal, which was never
fully designed, to a height of at least 1,000 metres (3,280.84 ft) (the exact height is being kept private
while in development, similar to the Burj Khalifa), which, at about one kilometre, would still make it by
far the tallest building or structure in the world to date, standing at least 173 m (568 ft) taller than the
Burj Khalifa in Dubai
The tower and its 50 hectares (120 acres) plot, which will include other buildings, will be the first phase
of the Kingdom City development, a three-phase project proposed for a large area of undeveloped
waterfront land with an area of 5.2 km² (56 million square feet, or 2 square miles). It was originally
planned to cover 23 km² (8.9 square miles) and cost SR100 billion. The area is located roughly 20 km
(12 mi) north of the port city of Jeddah. Kingdom City was designed by HOK Architects, and it is
estimated that it will cost at least US$20 billion (SR75 billion) and take around 10 years to build. It will
essentially become a new district of Jeddah. The second phase of the project will be all the infrastructure
development needed to support the city, and the third phase has not yet been disclosed. The focal point
of the development, Kingdom Tower's primary purpose will be to house a Four Seasons hotel, Four
Seasons serviced apartments, Class A office space, and luxury condominiums; it will also have the
world’s highest observatory. Although the Kingdom City plot is nearly isolated from the current urban
core of Jeddah, northward is generally considered the direction in which the fast growing city will spread
in the future. Regardless of this, no land tracts of such size were available closer to the city, anyway.
The tower is being designed primarily by Chicago-based architect Adrian Smith of Adrian Smith + Gordon
Gill Architecture (AS + GG), the same architect who designed the Burj Khalifa while he was working for
Skidmore, Owings & Merill (SOM), for which he worked almost 40 years. AS + GG was formed in 2006 by
Adrian Smith, Gordon Gill, and Robert Forest. The development of the tower is being managed by Emaar
Properties PJSC. Thornton Tomasetti has been selected as the structural engineering firm, and
Environmental Systems Design, Inc. (ESD) is a part of the AS + GG design team that serves as the
building services engineering consultants.
Design
The triangular footprint and sloped exterior of Kingdom Tower is designed to reduce wind loads; its high
surface area also makes it ideal for residential units.The overall design of the tower, which will be located
near both the Red Sea and the mouth of the Obhur Creek (Sharm Ob'hur) where it widens as it meets
the Red Sea, as well as having frontage on a man-made waterway and harbor that will be built around it,
is intended to look like a desert plant shooting upwards as a symbol of Saudi Arabia's growth and future,
as well as to add prominence to Jeddah's status as the gateway into the holy city of Mecca. The
designer's vision was “one that represents the new spirit in Saudi Arabia" (Smith). The 23 hectare (57
acre) area around Kingdom Tower will contain public space and a shopping mall, as well as other
122
Global Project Opportunities: March, 2013
residential and commercial developments, and be known as the Kingdom Tower Water Front District, of
which, the tower's site alone will take up 500,000 m 2 (5,381,955 sq ft). As with many other very tall
skyscrapers, including the Kingdom Centre in Riyadh, which is generally considered to have sparked the
recent significant commercial developments around it in the district of Olaya, much of the intention of
Kingdom Tower is to be symbolic as well as to raise the surrounding land value rather than its own
profitability. To that effect, the tower's architect, Adrian Smith, said that the tower "evokes a bundle of
leaves shooting up from the ground–a burst of new life that heralds more growth all around it". Smith
states that the tower will create a landmark in which it and the surrounding Kingdom City are
interdependent. Talal Al Maiman, a board member of Jeddah Economic Company, said, “Kingdom Tower
will be a landmark structure that will greatly increase the value of the hundreds of other properties
around it in Kingdom City and indeed throughout North Jeddah.” The concept of profitability derived from
building high density developments and malls around such a landmark was taken from the Burj Khalifa,
where it has proven successful, as its surrounding malls, hotels and condominiums in the area known as
Downtown Dubai have generated the most considerable revenue out of that project as a whole, while the
Burj Khalifa itself made little or no profit.
A rendering showing the bottom of the unique, glass-floored, circular sky terrace that will overlook the
Red Sea from over 610 metres (2,000 ft)
The large, outdoor sky terrace will overlook the Red Sea and have an area of over 697 square metres
(7,500 sq ft)
The building will have a total of 59 elevators, five of which will be double-deck elevators, as well as 12
escalators. It will also have the highest observation deck in the world, to which high speed elevators will
travel at up to 10 meters (33 feet) per second (slightly over 35 km/h (22 mph)) in both directions. The
elevators cannot go faster because the rapid change in air pressure over that much distance would be
nauseating; at 914 m (3,000 ft), the air pressure is over 10 kPa (1.5 psi) lower than at ground level
(about 10% less air pressure). They must also be efficient so the cables are not unbearably heavy. Even
as such, the elevator distance limit is about 570 metres (1,870 ft) before the cables become inevitably
too heavy and the motor size impractical; Kingdom Tower will have three sky lobbies where elevator
transfers can be made, no elevator will go from the bottom to the highest occupied floor. No official floor
count has been given, however Smith stated in a television interview that it will be about 50 floors over
the Burj Khalifa, which has 163 occupied floors, leading to the inference that Kingdom Tower will have
well over 200 floors. The tower will also feature a large, roughly 30 m (98 ft) diameter outdoor balcony,
known as the sky terrace, on one side of the building for private use by the penthouse floor at level 157;
it is not the observation deck. It was originally intended to be a helipad, but it was revealed to be an
unsuitable landing environment by helicopter pilots. The building's large notches will also serve as shaded
terraces for other areas of the tower and the exterior of the building will use low-conductivity glass to
save on cooling costs by reducing thermal loads. In addition, the lower air density, exacerbated by the
thin desert atmosphere, will cause the outdoor air temperature towards the top of the tower to be lower
than the ground level air, which will provide natural cooling. There is also significantly more air flow
(wind) at heights, which is very strong at one kilometer and had a large impact on the structural design
of the tower. The Burj Khalifa actually takes in the cooler, cleaner air from the top floors and uses it to air
condition the building. Kingdom Tower will be oriented such that no façade directly faces the sun; it will
also use the condensate water from the air conditioning system for irrigation and other purposes
throughout the building
Sustainability of such a tall building would include issues such as vertical transportation limitations, with
elevators only being able to go so far, building sway, caused by wind, and supercolumn settling, which is
where the steel columns settle more than the concrete core and cause the floors to be unlevel.
Additionally, a very large core size is required in very tall buildings to support the structure as well as to
house the large number of elevators needed. The core size consumes a significant amount of the space
on the lower and middle floors. One of the ways Kingdom Tower attempts to overcome these issues is
with its smooth, sloped-exterior design, which, although more expensive to build, offers superior
aerodynamic performance over "stepped" designs such as the Burj Khalifa, allowing it to have a more
conservative core overall. This was determined by wind tunnel tests performed at Burj Khalifa. Kingdom
Tower will also utilize copious stiffening materials to prevent the excessive sway that would otherwise
make the occupants of upper floors nauseous on windy days, including very high strength concrete that
will be up to several feet thick in certain parts of the core. This, along with the highly integrated steel
123
Global Project Opportunities: March, 2013
frame and shear walls, is also intended to prevent catastrophic failure of the structure in the event of a
terrorist attack. Traditionally, these physical constraints, namely the space consumed by elevators, were
considered to make a building become increasingly less profitable past 80 floors or so.
Construction of the building will rely on cutting edge technology, including the high-strength reinforced
concrete and the pumps used to elevate it to record heights, similar to what was used during Burj
Khalifa's construction
124
Global Project Opportunities: March, 2013
11.0
ARTICLES OF INTEREST
SOURCE: MEED
GCC projects to be awarded in 2013 forecast to hit $64.5b
Issac John / 4 February 2013
The value of new construction projects to be awarded in the GCC this year is expected to rise 33 per cent
to $64.5 billion from $48.4 billion in 2011, an in-depth report by Ventures ME said.
With projects valued at over $68.7 billion completed in the GCC in 2012, lower than previously estimated,
the Gulf’s construction industry grew by 48 per cent over 2011 when completed projects were valued at
$46.5 billon.
The report, commissioned by dmg events, the organising team behind Index, also forecasts a further 19
per cent sector growth in 2013, with completed construction projects set to reach $81.6 billion.
According to a new report by Citigroup, projects planned and under way across the GCC region jumped
12 per cent on the year-earlier period to reach more than $2 trillion. Early stage projects were up 17 per
cent to $655 billion over the same period, mostly driven by the UAE (up 127 per cent). Saudi Arabia’s
planned projects rose 19 per cent, but has slowed, the report noted.
The Citigroup report said Saudi Arabia remains the largest GCC market with projects totalling $790
billion. For the main markets in the Middle East and North Africa, the project pipeline was up five per cent
to $308 billion since October. “To some degree we would expect some slowing of growth given the size of
the market,” Citi said.
The report said all markets across the GCC had risen, mostly driven by new project announcements. The
report said this is the first period since the first quarter of 2010 that the UAE has shown growth in its
construction market which is up six percent to $614 billion. “This is driven by the recently announced
Dubai mega real estate projects,” it added.
In 2012, residential, commercial and hospitality sectors led the GCC projects market; with $29.4 billion,
$12.2 billion and $5.5 billion worth of projects completed respectively. Education, medical and retail
sectors were other significant contributors, with completed projects worth $5.2 billion, $3.3 billion and
$2.4 billion, respectively.
The report said in 2013, a two-paced growth is likely with residential, retail and commercial sector
construction projects growing at slower rates of 4.4 per cent, four per cent and 13 per cent to $30.7
billion, $2.5 billion and $13.8 billion, respectively. However, hospitality, educational and medical projects
will grow at faster rates of 27 per cent, 69 per cent and 79 per cent, respectively to $27 billion, $8.8
billion and $5.9 billion.
“The hospitality and educational sectors of the GCC building construction industry will see their market
share by value of projects completed in 2013 grow tremendously by 137 per cent (from 3.8 per cent to
nine per cent) and 134 per cent (4.7 per cent to 11 per cent), respectively,” the report said.
“Residential building projects will remain the largest segment of the real estate market in terms of
projects expected to complete in 2013 with a market share of 38 per cent,” it added.
125
Global Project Opportunities: March, 2013
Regional rail network on track for debate at global ports Summit in Abu Dhabi
(WAM) / 3 February 2013
ABU DHABI - With construction of the first 264 kilometres of its 1,200-kilometre national rail project
under development, Etihad Rail’s US$11 billion plans to connect the region from ports to borders is fast
gaining momentum as the tracks are laid for an integrated GCC-wide rail freight and passenger
transportation network that will support intra-regional trade and drive sustainable economic growth
across the Gulf.
The future of logistics and transportation networks will be timetabled for discussion at the third annual
edition of the upcoming World Ports & Trade Summit, held in strategic partnership with the Abu Dhabi
Ports Company (ADPC), as global ports, key industry players and members of the International
Association of Ports & Harbours (IAPH) meet in Abu Dhabi from 19-20 March 2013.
“The new tri-phased Etihad Rail project is just the first step in delivering an integrated land, sea and air
transportation network for the GCC, which will not only lead the way for sustainable economic growth,
but which will support government objectives to reduce the volume of truck traffic clogging the country’s
roads,” said Chris Hayman, Chairman of Seatrade, organisers of the World Ports & Trade Summit.
“And with the debut of Khalifa Port, the UAE is home to 65% of the region’s port facilities which, when
connected with the fledgling rail network through Kizad, will have the infrastructure potential to make a
massive leap in the volume of intra-regional trade,” he added
Phase one of the project, which is being developed in partnership with Abu Dhabi National Oil Company
(ADNOC), and which will connect Shah and Habshan to Ruwais in the Western Region, is on schedule for
a 2014 operational launch.
In its second phase, the network will be linked to Khalifa and Jebel Ali Ports, and extended by 628
kilometres to Mussaffah, Al Ain, Ghweifat and Dubai by 2016, with phase three taking the project to the
Northern Emirates of Sharjah, Ras Al Khaimah and Fujairah by 2018, and including the first passenger
services. Outside of the UAE, the network will connect with the proposed greater GCC network to Saudi
Arabia, through the Ghweifat border, and to Oman via Al Ain.
A MoU signed with DP World to develop an intermodal rail terminal in Jebel Ali Port, which will enable the
more efficient transfer of containerised freight, and an agreement with the Centre of Waste Management
- Abu Dhabi, to support long sustainable waste transport system objectives, will see the integration of the
network into its strategy to convert waste into energy.
“Producing up to 80% less CO2 emissions than road vehicles, the Etihad Rail network and the UAE’s ports
will work in synergy to operate a cost-effective sea-to-land transport solution that will positively impact
environmental goals as part of the government’s 2030 economic vision,” added Hayman.
Taking place at the five-star St Regis Saadiyat Island Resort, and an annual calendar event for global
economists, port authorities, terminal operators, shipping companies, global cargo owners and investors,
the two-day summit will deliver a focused programme of conference sessions designed to promote trade
development, examine supply chain management systems and discuss port efficiency.
126
Global Project Opportunities: March, 2013
12.0
COUNTRY PROFILES :
Yemen at a glance
Full Name:
Republic of Yemen
Capital:
Sanaa
Area:
527,970 sq km
Population:
22,917,485 (2008 est.)
Head of state:
President Abdrabbu Mansour al-Hadi
Currency:
Yemeni rial (YR)
Religions:
Muslim including Shaf’i (Sunni) and Zaydi (Shi’a), small numbers
of Jewish, Christian and Hindu
Languages:
Arabic
International
organisations:
Arab League, UN, OIC, IMF, WTO (observer)
Located at the southern tip of the Arabian peninsula, Yemen is blessed with the most strikingly beautiful
geography of the region. But a history of internal security problems has prevented the country from living
up to its tourism potential.
Yemen was unified in 1990, precipitating a four-year struggle for power between the old parties of the
north and south. A bloody civil war in 1994 between the Sanaa-based government and the southern
former Yemen Socialist Party almost tore the country in half.
After a tumultuous 2011 that saw the departure of an incumbent president who had been in power for
over 30 years, Yemen’s new government will be hoping that 2012 will offer more stability for Yemenis
across the country.
Ali Abdullah Saleh’s departure after 33 years was not quick, but luckily a bloody civil war was avoided
and the elections that were held in early 2012 passed without any major incident.
Now the country’s new president Abdrabbu Mansour al-Hadihas the unenviable task of trying to turn
around Yemen’s economy and get the population working again.
To achieve this Al-Hadi will have to look overseas for foreign aid and the IMF has already made a $93.7
million loan to the country, but significantly more is required.
The reality of the situation is that Yemen is effectively bankrupt with massive unemployment issues and
millions of Yemenis going hungry on a dailybasis.
In 2011 the political instability and protests, which led to the fall of Saleh also massively contributed to a
5 per cent fall in GDP from the 2010 figure of $31.3bn. In 2012 that figure is again expected to fall by
two percent.
127
Global Project Opportunities: March, 2013
To try and inject life into the economy the government in Sanaa has approved a budget of $12.56bn for
2012, a rise of 50 per cent on 2011. Some of the money will be used to cover unpaid wage increases of
state workers and the rest will be used for the day-to-day running of the country as well as go towards
fuel subsidies.
The majority of the local contribution will come from Yemen’s hydrocarbons assets which include oil and
liquefied natural gas (LNG). Hydrocarbons account for over 50 per cent of government revenues and 80
per cent of export income, but resources are dwindling to such an extent that the country is expected to
become a net importer of oil by 2016.
Tribal skirmishes have not helped the supply on oil and attacks on pipelines are expected to cause a
decline in oil production of 7 per cent in 2012. Oil production already sank 34 per cent to 170,000
barrels-a-day (b/d) in 2011 and talk of a new government ushering in reforms that could raise production
to 500,000 b/d have been dismissed as extremely fanciful by industry experts.
The rest of the money will have to come from foreign benefactors with the US and Saudi Arabia as well as
other wealthy GCC states being expected to provide funds to the country.
Saudi Arabia has been donating oil as well as money, but with no sustainable alternative in sight it is
doubtful that is going to continue on a long-term basis.
A lack of overseas support is evident from the amount of foreign currency held by the Central Bank of
Yemen. In 2011 the figure dropped 25 per cent to $4.3bn from $5.7bn.
To act against inflation the central bank has raised its interest levels to 28 per cent, but this has caused
any liquidity that was in the country to dry up and as a result the vast majority of construction projects
across all sectors have ground to a halt.
The Middle East projects tracker MEED Projects states that a total of 51 projects worth $150bn are either
cancelled or on hold in Yemen across all sectors including hydrocarbons, construction, power and
industry.
This compares to eight projects worth a total of $2.3bn for projects at the design, tender or execution
phase in the country.
A lack of project activity in any sector has led to mass unemployment with official figures stating 45-50
per cent of Yemenis are not working. Insome areas of the country this figure is believed to be as high as
80 per cent.
No work coupled with a breakdown in infrastructure has led to food shortages and government figures
state that 31 per cent of Yemenis are suffering frommalnutrition.
With so many problems on so many fronts no other country in the Middle East has as much to do to turn
its economy around as Yemen. High unemployment, food and fuel shortages, crippled infrastructure and
political uncertainty have all contributed to an economic downward spiral that could take years to escape
from.
As well as attempting to generate cash domestically through higher government spending the new
regime will also have the task of persuading foreign nations to donate aid money. This will not be easy as
only Saudi Arabia has contributed so far in 2012 with other nations voicing concerns about the lack of
security in the country.
The new government has been given a mandate of change from the population, but unless Sanaa can
secure the funds to rebuild the country there is no hope that any significant changes will occur in the
short or even mid-term.
128
Global Project Opportunities: March, 2013
Economy
Yemen has some of the worst development indicators in the region and, indeed, the world. Gross
domestic product per capita was $2,500 in 2010, compared with almost $70,000 in nearby Qatar, while
life expectancy is a little over 65 years on average, a good decade below the figure for the oil-rich Gulf
states. The UN ranked Yemen at 154 of 187 countries in its 2011 Human Development Index - only
Sudan featured lower among the states of the Middle East and North Africa region.
The country’s many problems - a lack of economic development, poor security, dwindling resources and
poor public services, such as education, water and electricity - were only exacerbated in 2011, when a
civil uprising threw its political system and economy into turmoil.
Government revenues have been severely hit over the first six months of 2012 due to the sabotage of
vital energy infrastructure. In March 2011, tribesmen blew up a key pipeline linking the Marib oil field.
The Planning and International Cooperation Ministry in Sanaa estimates that the economy shrank 10.5
per cent in 2011, while inflation hit 23.2 per cent. Foreign currency reserves at the Central Bank of
Yemen dropped 24.4 per cent to $4.3bn.
With little business activity during the year, about half the country’s working-age population was
unemployed by the beginning of 2012, while 53 per cent of 15-24 year-olds - the biggest and fastestgrowing, demographic group - were jobless by the end of the year. Some 44.5 per cent of all Yemenis
were food insecure by the end of 2011, according to the Washington-headquartered World Food
Programme.
The situation has improved marginally in 2012. The Washington-headquartered IMF forecasts that the
economy will contract 0.9 per cent in 2012 before bouncing back to growth in 2013. Inflation fell to about
8 per cent in the first six months of 2012 and so far the government has been able to keep the budget
deficit to within forecast levels.
Oil & gas
Before the political turmoil of 2011, Sanaa raised 50 per cent of state revenues through its share of oil
exports, while 80 per cent of the value of all Yemeni exports came from hydrocarbons.
The government used the earnings to heavily subsidise fuel sold in the country, at a huge cost to state
finances. In 2010, the Central Bank of Yemen calculated that 22.2 per cent of all state expenditure was
allocated to fuel subsidies. According to the Washington-headquartered World Bank, the 9 per cent of
gross domestic product that Yemen spent on average on subsidies in the years leading up to 2011 made
the country the biggest spender on fuel discounts in the Middle East and North Africa.
The BP Statistical Survey states that Yemen has 2.7 billion barrels of oil reserves. Oil production in 2011
shrank 24 per cent from 2010’s figure of 301,000 barrels-a-day (b/d) to 228,000 b/d.
The pipeline carries up to 150,000 b/d of oil, most of which is processed at the nearby Aden refinery and
is the main source of domestically produced fuel. The government estimated at the time that the loss of
the pipeline cost it $250m-400m to replace lost fuel products by buying them on international markets
and $150m in sales.
Yemen also has 16 trillion cubic feet of proved gas reserves and BP states that it produced 6.86 million
tonnes of gas in 2011. All of Yemen’s offtake is turned into liquefied natural gas (LNG) and was exported
by Yemen LNG.
129
Global Project Opportunities: March, 2013
Yemen economic indicators
2008
2009
2010 (Forecast)
GDP (at current prices)
26.9
25.1
31.1
Population (millions)
23
23.7
24.4
Population growth (%)
3
3
3
GDP per capita ($)
1,171.1
1,061.9
1,274.4
Real GDP growth (%)
3.6
7.8
3.8
Inflation (%)
19
3.7
9.3
Unemployment (%)
na
na
na
Imports
7,500
7,556
na
Exports
7,600
5,594
na
Trade balance
700
-1,962
-
Surplus/ deficit
-
Surplus/ deficit as % of GDP
External debt
5,894.0
6,034.0
External debt as % of GDP
21.9
24.0
5,815.0
18.7
CI
-
S&P
-
Moody’s
-
Fitch
-
Banking
Yemen has what is arguably the least developed financial sector in the region. The Central Bank of Yemen
oversees the sector, which is made up of 17 banks, only four of them foreign-owned.
A 2010 review of the country’s banking system by the Riyadh-headquartered Arab Credit Reporting
Initiative found that just 4 per cent of Yemenis had bank accounts and just 0.6 per cent had access to
credit. About 70 per cent of local banks’ capital was invested in government debt, 20 per cent with local
businesses and the remaining 10 per cent was placed in foreign banks.
130
Global Project Opportunities: March, 2013
Financial Markets
Yemen has no stock market, but the government hopes to establish one over the next five years.
However, given a lack of private-sector appetite for investment in the country and a general lack of
economic stability, analysts believe that it will be some time before this will happen.
Industry
Yemen lags behind its neighbours in terms of economic development and the biggest non-oil contributor
to GDP remains agriculture. There is some light industry in the country, with the manufacture of basic
goods and traditional artisanal goods still generating around 10 per cent of economic output.
Construction and real estate
The regional projects tracker MEED Projects states that there are no major construction projects under
execution and $355m worth of vital infrastructure projects at the tender phase, but with no definitive
timeline for completion.
Power
The state-run Public Corporation for Energy oversees the generation of around 80 per cent of the
country’s electricity and Sanaa is in the process of developing three separate independent power plant
(IPP) schemes.
However, blackouts are common across the country and many wealthier Yemenis have their own dieselfuelled generators, of which they make liberal use.
The plans for the IPPs have been delayed in recent years by a shortage of internal capacity and fears
over state guarantees. They include a 150MW plant at Aden in the south, another 150MW plant at
Hodeidah in the west and a third plant with capacity of 75MW at Al-Mukalla, east of Aden and will be
tendered on a build-own-operate-transfer (BOOT) basis.
Water
Water supply is one of the biggest issues currently facing Yemen. The capital, Sanaa, may run out of
water supplies by 2020, becoming the first capital city in the world to do so.
Meanwhile, only 17 per cent of the country’s rural population has access to safe water supplies and some
20-40 per cent of all the country’s water is used to grow the mildly narcotic qat leaf, which is so
intimately associated with the country.
The World Bank is working with the Yemeni government on a series of water projects, but a radical
realignment of government priorities is needed to keep the country’s supply above critically low levels.
131
Global Project Opportunities: March, 2013
13.0
PEPC : WORKING COMMITTEE MEMBERS
PROJECT EXPORTS PROMOTION COUNCIL OF INDIA
WORKING COMMITTE MEMBERS
CHAIRMAN
Shri Gurjeet Singh Johar
Chairman Project EPC &
Chairman
C&C Constructions Ltd.
70, Institutional Sector 32
Gurgaon-122001
Tel. 95124 4536666
VICE CHAIRMAN
Shri Avinash C Gupta
Vice Chairman Project EPC &
Chairman & Managing Director
Technofab Engineering Ltd.
Plot NO.5 Sector 27 C
Mathura Road
Faridabad: 121003
MEMBERS : WORKING COMMITTEE
Shri V.C. Verma
Shri Abhijit Rajan
Executive Director
Chairman & Managing Director
Oriental Structural Engineers Pvt. Ltd
Gammon India Ltd
21, Commercial Complex
Gammon House
Malcha Marg
Veersavarkar Marg, Prabhadevi,
New Delhi 110 021.
Mumbai – 400 020
26874470,46044604 Extn. 336
Tel. 022 66614002-04
Shri B. Seenaiah
Managing Director
BSCPL Infrastructure Ltd.
M.No. 8-2-502/1/A, JIVI Towers
Road No. 7, Banjara Hills
Hyderabad- 500034
Shri Mohan Tiwari
Managing Director
Ircon International Ltd.
C-4, District Centre, Saket
New Delhi-110017
29565666 (O)
26530450-(D); Fax; 26522000, 26854000
Shri Ajit Gulabchand
Chairman & Managing Director
Hindustan Construction Co. Ltd.
Hincon House
Lal Bhadur Shastri Marg
Vikhroli (West),
Mumbai-400 083
Shri S.N. Subrahmanyan
Senior Vice President &
Buildings and Infrastructure
Larsen & Toubro Ltd.
Engg. Construction Division
Mount Poonamallee Road
Manapakkam
P.O. Box 979
Chennai- 600089.
132
Global Project Opportunities: March, 2013
Shri V.K. Agarwal
Managing Director
Rites Ltd.
Rites Office Complex
Plot No.1 Sector 29
Gurgaon-122001
Shri Mohan Dass Saini
CEO (Construction Division)
Shapoorji Pallonji & Co. Ltd.
SP Centre
41/44 Minoo Desai Marg
Colaba, Mumbai: 400005 Tel. 9522 22871040
Shri B.D. Mundhra
Managing Director
Simplex Infrastructures Limited
27, Shakespeare Sarani
Kolkata-700017
INSTITUTIONS
Shri S.K. Sharma
Deputy Secretary
Department of Commerce
Ministry of Commerce & Industry,Govt. Of India
Udyog Bhawan
New Delhi- 110 011
Ph.: 011-23062926 (Direct), 011-23062926 Extn. 453
Fax: 011-23063418 & 2335
E-mail# rk.ojha@nic.in
Smt. Vanitha K. Venugopal
General Manager
Reserve Bank Of India
Exchange Control Deptt.
Amar Building, 5th Floor
Mumbai 400 023.
Ms. Tapasi De
Dy. General Manager
(Project Export Branch)
ECGC Ltd. “The Metropolitan”, 7th Floor
Plot No. C-26/27
Bandra Curla Complex
Bandra (E)
Mumbai 400 051
Ph. 9522 26572329
09967541671
Shri Sriram Subramaniam
Dy. General Manager
Exim Bank Of India
Ground Floor, Statesman House
148 Barakhamba Road
New Delhi 110001
23326625, 23326254, 233221622, 23321742, 23721393Extn.211
Fax: 23321719, 23322758
E-Mail: Eximnd@Vsnl.Com
EX-OFFICIO MEMBER SECRETARY
Shri S.K. Sharma
Deputy Secretary, Deptt.of Commerce & Executive Director
Project Exports Promotion Council Of India
133
Global Project Opportunities: March, 2013
14.0
FINANCIAL ASSISTANCE
There is no specific scheme to promote the exporting firms in the country. However, some assistance is
provided to exporters under Marketing Development Assistance (MDA) Scheme and Market Access
Initiative (MAI) Scheme. Other schemes for export promotion include Duty Neutralisation Schemes like
DEPB, Advance Licence, duty concession schemes like EPCG and Reward Schemes like Served from India,
Vishesh Krishi and Gram Udyog Yojana, Focus Market Scheme and Focus Product Scheme.
These schemes are reviewed periodically and necessary corrective measures are taken.
ANNEXURE-I
4.1 MARKET DEVELOPMENT ASSISTANCE (MDA) SCHEME
EXPORT PROMOTION ASSISTANCE GIVEN BY GOVERNMENT
The Government of India encourages Indian project/product exporters by providing financial assistance
under the following export promotion assistance schemes:
a. Market Development Assistance (MDA) Scheme
b. Scheme for Export Promotion by Small Scale Manufacturers
c. Market Access Initiative (MAI) Scheme
MARKET DEVELOPMENT ASSISTANCE (MDA) SCHEME
Under this scheme assistance is given to individual exporters for participation in following
export promotion activities abroad

Trade Delegations

BSMs

Trade Fairs/Exhibitions
Eligibility Criteria/Conditions
(i)
Exporting companies with an f.o.b. value of exports of upto Rs. 15 crore in the preceding
year.
(ii)
The exporter should have complete 12 months membership with concerned EPC etc
(iii)
Assistance would be permissible on travel expenses by air, in economy excursion class
fair and/or charges of the built up furnished stall. This would, however, be subject to an
upper ceiling mentioned in the table per tour.
S No.
(1)
Area/Sector
(2)
No. of visits
(3)
1.
Focus LAC
1
Maximum Financial ceiling
per event
(4)
Rs. 1,80,000
2.
1
Rs. 1,50,000
3.
FOCUS AFRICA
( including WANA Countries)
FOCUS CIS
1
Rs. 1,50,000
4.
FOCUS ASEAN+2
1
Rs. 1,50,000
5.
General Areas
1
Rs.
TOTAL
5
134
80,000*
Global Project Opportunities: March, 2013
AMMENDMENTS
REVISED GUIDE LINE FOR MARKETING DEVELOPMENT ASSISTANCE (MDA) SCHEME FOR
EXPORT PROMOTION ACITIVITIES:
The competent authority has now decided that FIEO and ITPO will henceforth be treated as eligible
grantee organizations for reimbursement MDA grants to the exporters who are also the members of other
EPCs etc. and participating in the events organized/sponsored by FIEO and ITPO. However, for this
purpose FIEO and ITPO will obtain a ‘NO OBJECTION CERTIFICATE’ as per the Annexure from the
concerned EPCs of which the exporter is the member. The existing Guidelines for MDA stand modified to
that extent, superceding relevant provisions/instructions and will be effective from 1.12.2007.
(Vide MOC&I letter no.2/11/2004 E-MDA (Part) dated 26th November,2007)
…………………………………………………………………………………………………………………………………………………………………………
ANNEXURE
“_____________________EPC/Commodity Board
Sl.
No.
Name of the
exporters
alongwith
address
Date of
acquiring
membership
of PEC by
the exporter
Turnover
of the
exporter
during
the last
Financial
Year (FY)
Number
of
proposals
of
exporter
already
approved
in the
current
FY
Details of
the
participation
made with
MDA
assistance
in the
current FY
alongwith
name of the
participant
Details of the
participations
made with
MDA
assistance in
the past in
the same
event along
with the
name of the
participant
Focus
Area/
General
Area
NO OBJECTION CERTIFICATE
This is to certify that “ ___________EPC/Commodity Board” has no objection for the participation of the
firm whose details are mentioned above, in the event namely”________________________________”
organized /sponsored by ITPO/FIEO.
EXECUTIVE DIRECTOR
EPC/Commodity Board
135
Global Project Opportunities: March, 2013
SCHEME FOR EXPORT PROMOTION BY SMALL SCALE MANUFACTURERS
There is a separate scheme designated as Marketing Development Assistance for SSI Exporters meant to
encourage small scale manufacture exporters along the following lines:
(A)
Exporters eligible for assistance:
(i)
Exporting unit must be registered as SSI / SSSBE.
(ii)
Exporting unit must be a member of FIEO / EPC.
(iii)
Exporting units with aggregate exports of Rs. 2 crores and above over the last three financial
years (Rs. 1 crore for ISO 9000 certified exporters) are eligible for assistance from the Ministry of
Commerce & Industry through EPCs/other grantee organisations. SSI units with aggregate exports less
than this limit would now be eligible for direct assistance from the Office of DC(SSI) under this scheme.
SSI units which have not yet commenced exports are not eligible for assistance.
(iv)
An exporting unit would be eligible for assistance under SSI-MDA only once in a financial year.
(B)
Activities eligible for financing
(i)
Individual participation in overseas fairs/exhibitions.
(ii)
Individual overseas study tours/as member of a trade delegation going abroad.
(iii)
Production of material for overseas publicity.
(C)
Permissible binding limits:
90% of cost of return ticket by economy class subject to an upper ceiling of Rs.60,000/- (Rs. 90,000/for Latin American countries). In case excursion fare is cheaper than economy class fare, the excursion
fare will be considered.
(ii)
(D)
25% of the cost of production of publicity material limited to Rs.15,000/- in a financial year.
Other conditions:
(i)
Assistance shall be available for travel by one permanent employee/director/partner/proprietor of
the SSI unit in economy class by Air India. Air travel by airlines other than Air India would be permissible
provided that their economy class airfare is not higher than Air India.
(ii)
Applications must reach the Office of the DC(SSI) at least one month before the start of the
event in question.
(iii)
The SSI unit should not have been charged/prosecuted/debarred/ blacklisted under the export
and import policy or any other law relating to export and import business.
Total MDA assistance under SSI-M[DA scheme shall be inclusive of MDA assistance received from all
Government Bodies/FIEO/EPCs/Commodity Boards/Grantee Organiations etc.
136
Global Project Opportunities: March, 2013
ANNEXURE-II
MARKET ACCESS INITIATIVE (MAI) SCHEME
The scheme is formulated on focus product- focus country approach to evolve specific strategy for
specific market and specific product through market studies/survey. Assistance would be provide to
Export Promotion Organizations/ Trade Promotion Organizations / Exporters etc. for enhancement of
export through accessing new markets or through increasing the share in the existing markets. Under the
Scheme the level of assistance for each eligible activities has been fixed.
The following activities will be eligible for financial assistance under the Scheme :

Research studies consistent with the priorities;

WTO Studies for evolving WTO compatible strategy;

To support EPCs/Trade Promotion Organistions in undertaking market studies/survey for evolving
proper strategies.

To support marketing projects abroad based on focus product - focus country approach. Under
marketing projects, the following activities will be funded:
o
o
o
o
o
o
o
o
o
o
o
o
Opening of Showrooms
Opening of Warehouses
Display in international departmental stores
Publicity Campaign and Brand Promotion
Participation in Trade Fairs, etc., abroad
Research and Product Development
Reverse visits of the prominent buyers etc. from the project focus countries
Export Potential Survey of the States;
Registration charges for product registration abroad for pharmaceuticals, bio-technology
and agro-chemicals;
Testing charges for engineering products abroad;
To support Cottage and handicrafts units;
To support Recognized associations in industrial clusters for marketing abroad
Details of approved purposes for the scheme and level of assistance
Activity
Market Study
Opening of
Showrooms and
Warehouses
Display in
International
Departmental
Stores
Publicity
Campaign
Participation in
Trade Fairs, BSMs
etc. abroad
Assistance
75% of the total cost
However, for studies assigned by the
D/Commerce for the cause of export
promotion, 100% assistance would be
provided
75%, 50% and 25% of leasing / rental
charges in the first, second and the third
year, respectively
Maximum Assistance
Rs.75.00 lakh/each study
50% of rental charges of display space
Rs. 50.00 lakh per
annum/each product
50% assistance for two years in a
particulr market
2/3 rd of the actual expenditure. The
expenditure on TA/DA would be met by
each participant.
Rs. 50.00 lakh per annum/
per market
Rs. 50.00 lakh for each fair
N.B.: More specific details can be obtained on request.
137
Rs. 50.00 lakh for each
market/ product per
annum.
Global Project Opportunities: March, 2013
ANNEXURE-III
SCREENING COMMITTEE- GUIDELINES
Objectives
The objective of screening by the Screening Committee is to assess the suitability of an Indian engineering
contracting company from all points of view- technical, financial and managerial competence- before it is
allowed to participate in tenders for overseas construction engineering contracts (civil/ electro-mechanical
etc.).
Screening Committee approval is generally accorded selectively for activities for which applicant
companies have established capability in one or more of the following construction engineering activities
involving:
i.
Dams, canals, irrigation works, tunnels and earthworks.
ii.
Roads, bridges, flyovers, airports.
iii.
Water and sewage treatment plants, pipelines.
iv.
Buildings including commercial and factory complexes, hotels, schools and hospitals.
v.
Special foundations and structural works, docks and sea water works/ports.
vi.
Electrification, air-conditioning and utilities.
vii.
Any other structure, infrastructure, utility or activity to be determined by the Screening
Committee.
viii.
General contractors with capabilities in combination of two or more areas in the above range
of activities.
Scope
The coverage of Screening Committee includes all companies wishing to undertake overseas construction
engineering projects involving design, construction, erection and/or commissioning. Indian companies
wishing to export project construction items or consultancy services are outside the purview of the
Screening Committee.
Types of Clearance
Clearance may be accorded to an applicant company for one or more of the following:
i.
Prime Contractor
or
ii.
Sub Contractor to a Foreign Contracting Company or
iii.
Sub Contractor to Indian Company
The clearance may be given either on a specific value basis or for regular overseas operations, depending
on the track record within the country, financial position, management expertise and in-house capability.
Minimum Criteria:
Contractors are normally expected to fulfill following requirements before they can gain approval of
the Screening Committee.
i)
company should be a member of Project EPC.
ii)
company should be a limited company - either private limited or public limited or a
Government undertaking/department
iii)
company should have a minimum turnover of Rs. 10 crores (last three years) for
getting approval by the screening committee.
iv)
company should have minimum tangible net worth and operating experience as under:
138
Global Project Opportunities: March, 2013
Contractor description
Networth(Rs.)
Minimum experience *
as Prime-Contractor
01 crore
10years
as Sub-Contractor to a foreign Prime-Contractor
25 lakhs
07 years
as Sub-Contractor to an Indian Prime-contractor
10 lakhs
03 years
* An applicant company being considered as Prime-contractor should have a minimum experience of 10
years, in undertaking some comparable type of works in India. Similarly in case of Sub contractor to
Foreign Prime-contractor the minimum experience should be 7 years. In the case of a Sub-contractor to
an Indian Prime-Contractor, the experience in the line of activity in India should be a minimum of 3
years.
iv)
In respect of newly formed firms/companies, joint-ventures or SPV’s created with a view to
undertaking and executing overseas projects, the criteria for any one of the Indian or overseas
constituents / partners would form the basis for granting approvals
Screening Procedure:
Applications from applicant company should be submitted in 12 copies in the prescribed form, allowing
for a 4 weeks time for decision so as to enable receipt of reports from company’s bankers on the standing
credit worthiness and dealings and also to enable suitable appraisal. PEPC will scrutinise and supplement
data to the extent necessary to make the facts complete and ensure that the applications reach the
Committee Members atleast 10 days before the scheduled date of the meeting.
Screening Committee accords clearance after taking into account the following factors:
i)
Constitution of Board of Directors of a company including the qualifications, background and
experience of directors;
ii) Track record of a company regarding projects executed in India and overseas, as also the nature
of works undertaken. Particular emphasis is placed on record of timely completion; and value of
single largest contract executed;
iii) Exposure of a company’s management and personnel in dealing with international organisations,
and in executing works to international specifications. This is of particular relevance if the
company seeks clearance as Sub-contractor to a foreign company (from a third country);
iv) Qualifications and experience of key-personnel currently in full - time employment of company.
v) Financial position of a company, including contingent liability and bank loans as a proportion to
the net-worth; and paid up capital;
vi) Approach to international marketing and information systems. Ability of the company to furnish
information required by institutions, from time to time.
vii) The plant and machinery owned by the company, the nature and size of which would
commensurate with the volume of business proposed to be undertaken.
Though these
equipments may not be of use overseas, considering their unsuitability to the job proposed, this
factor will give the Committee an idea of the applicant company’s status in the business and his
familiarity in handling equipment, a factor that is very important for the purpose of deciding his
suitability for undertaking contracts overseas.
These are broad criteria for approval of companies. However, the Screening Committee in its
discretion may approve a particular company to take up jobs abroad or renew the approval.
Validity of Clearance:
Clearance accorded by the Screening Committee is valid for a period of three years after which company
must approach Screening Committee afresh.
Renewal applications shall have to be submitted in the prescribed format for clearance by the Screening
Committee of the Council.
Review of Companies already screened
Review occurs in the following situations:
i)
Those seeking change in status (e.g. from Sub-contractor to Prime-contractor or from one-shot to
regular)
139
Global Project Opportunities: March, 2013
ii) Companies whose guarantees have been invoked, or where recurring disputes have arisen either
with clients or with Sub-contractors, leading to litigation etc.
iii) Company whose management/ownership has undergone major change since the date of original
approval.
For the above, PEPC works out a procedure for obtaining information from their members on a
quarterly basis.
In case of adverse reports about a screened firm reported to the Screening Committee by any of
its members, the Screening Committee will be entitled to take such action as it may deem fit
including reduction in value limits approved or de-listing from the approved list.
Quorum of the Meeting:
Three members shall be the quorum of Meeting of the Screening Committee provided the three members
shall include one member representing Government Department, one representing Financial Institution
and one from industry.
Presence of Company’s representative :
The committee may ask the applicant company to depute its representative at the meeting for
clarifications or the company may depute its representative with the permission of the Committee.
PROCEDURES FOR PROJECT EXPORTS – CONSULTANCY SERVICES
Under the procedures prescribed in the Project Export Manual, consultancy projects to be undertaken by
Indian Consultancy Organizations are required to be approved by a Competent Authority, both at pretender and post tender stages. If the consultancy contract is for less than Rs. 5 crore, then these
clearances have to be obtained from the respective Authorized Dealer of foreign exchange and if the
value of the contract is between Rs. 5 crore and Rs.10 crore, then the approval is required from Exim
Bank. If it exceeds Rs. 10 crore, the approval is to be obtained from the Working Group consisting of
members form Exim Bank, RBI, ECGC and the Authorized Dealer/Commercial Bank of the Consultant.
The requirement of getting prior clearance from the concerned authorities for such consultancy contracts
which are on cash basis and are with the Overseas Government Agencies and are also funded by
multilateral funding agencies may be dispensed with by suitable amendments in PEM procedures and
FEMA.
PROCEDURE FOR CLEARANCE OF PROPOSALS OF PROJECT EXPORTS -– Construction/turnkey
Engineering
(i)
All applications to the Working Group are required to be submitted by the exporters through their
bankers (who must be authorised dealers in foreign exchange) in the prescribed form in the required
number of copies sufficiently in advance to enable the Working Group to hold a meeting of its members
for consideration of the proposal. When a proposal is approved by the Working Group, a package
clearance is granted by Exim Bank, on behalf of all the members of the Working Group and conveyed to
the exporters’ bankers through whom the proposal was received. The Working Group’s clearance will
ordinarily be given within a period of seven days from the date of receipt of the application, provided it is
complete in all respects.
(ii)
Exporters desiring to submit bids for execution of projects abroad including service contracts will
not be required to obtain clearance for submission of bids from the authorised dealer /Exim Bank/
Working Group. However, exporters in such cases are required to ensure that the conditions as laid
down in the Memo PEM are complied with.
(iii)
On the basis of experience gained over the years and in order to enable the exporters
to expeditiously obtain clearance for contracts for supply of engineering goods on deferred payment
terms, turnkey contracts and civil construction contracts, powers have been delegated to authorised
dealers and Exim Bank to grant post-award clearances in cases where the contract value does not exceed
U.S. Dollar 100 Million. Proposals for undertaking such export contracts up to the value of U.S. Dollar
140
Global Project Opportunities: March, 2013
100 Million will, therefore, be cleared by authorised dealers / Exim Bank . Proposals for undertaking such
contracts exceeding U.S. Dollar 100 Million in value will need to be cleared by the Working Group.
“As regards civil construction contracts, the Working Group will consider proposals only from
contractors who are on the approved list of Ministry of Commerce and Industry, Government
of India in order to ensure that only contractors having the necessary competence and
capability undertake overseas construction contracts”.
(iv)
In the case of contracts for export of services on cash payment terms requiring fund-based
and/or non-fund based facilities, as also those involving deferred payment terms, authorised dealers and
Exim Bank have been empowered to grant clearance upto the value of U.S. Dollar 100 Million. Proposals
for undertaking such export contracts will, therefore, be cleared by authorised dealers/Exim Bank upto
the value of U.S. Dollar 100 Million. Proposals for undertaking such contracts exceeding U.S. Dollar 100
Million in value will need to be cleared by the Working Group.
(v)
Proposals for deferred payment export or turnkey projects against Buyers’ Credits as well as for
export of managerial / technical consultancy services on deferred payment terms as also those on cash
payment terms involving grant of any fund-based and/or non-fund based facilities in excess of the
monetary limits mentioned in sub-paragraph (iv) above will need the prior approval of the Working
Group.
EXPORT PROMOTION SCHEMES - SERVED FROM INDIA SCHEME
Government of India has introduced "Served from India Scheme" to facilitate exporter of various type of
services. The objective of this scheme is to accelerate growth in export of services so as to create a
powerful and unique 'Served From India' brand, instantly recognized and respected world over.
Under this scheme, Service Providers of more than 100 services like Professional Services, Computer
Related services, Hotels, Restaurants, Educational Services, Research and Development services,
Communication Services, Construction and Related Engineering Services, Distribution Service,
Environmental related Services, Tourism and Transport related Services, Health Related Social Service,
Recreational, Cultural and Sporting Services etc. (List is at Appendix 10 of Hand Book of Procedure on
DGFT Website- http://www.dgft.gov.in under "Downloads") are entitled for Duty Credit Scrip. Service
providers, who have a total foreign exchange earning of at least Rs.10 Lakhs in preceding or current
financial year shall qualify for Duty Credit Scrip. For Individual Service Providers, the criterion is reduced
to Rs.5 Lakhs of foreign exchange earnings.
However under Para 3.18.1 of Handbook of Procedure~ Vol. I, many types of services and / or
remittances are not eligible for benefits under the scheme. These are:
1. Sources of foreign exchange earnings such as equity or debt participation, donations, receipts of
repayment of loans etc. and any other inflow of foreign exchange, unrelated to rendering of service,
would be ineligible.
2. Foreign Exchange remittances:
I. related to Financial Services Sector
1. Raising of all types of foreign currency Loans;
2. Export proceeds realization of clients;
3. Issuance of Foreign Equity through ADRs / GDRs or other similar
instruments;
4. Issuance of foreign currency Bonds;
5. Sale of securities and other financial instruments;
6. Other receivables not connected with services rendered by financial
institutions; and
II. earned through contract / regular employment abroad (e.g. labour
remittances);
3. Payments for services received from EEFC Account;
4. Foreign exchange turnover by Healthcare Institutions like equity participation, donations etc.
(However, remittances received on account of medical treatment, surgery, testing, consultancy and
health care provided by the institution shall be eligible);
141
Global Project Opportunities: March, 2013
5. Foreign exchange turnover by Educational Institutions like equity participation, donations etc.
(However remittances received on account of the course fees and consultancy provided by the institution
shall be eligible);
6. Export turnover relating to services of units operating under SEZ / EOU / EHTP /
STPI / BTP Schemes or supplies of services made to such units;
7. Clubbing of turnover of services rendered by SEZ / EOU / EHTP / STPI / BTP units
with turnover of DT A Service Providers; and
8. Export of Goods.
Service Providers (except Hotels, Restaurants and other Service Providers in Tourism Sector) are entitled
to Duty Credit Scrip of 10% of foreign exchange earned during preceding financial year. Hotels of onestar and above (including managed hotels) and heritage hotels approved by Department of Tourism and
other Service providers in tourism sector registered with Department of Tourism shall be entitled to 5%
while Stand-alone restaurants are entitled for 10% of foreign exchange earned by them in preceding
financial year.
"Duty Credit Scrip" may be used for import of any capital goods including spares, office equipment and
professional equipment, office furniture and consumables, provided it is part of their main line of
business. In the case of hotels and stand-alone restaurants, the duty credit entitlement may also be used
for the import of food items and alcoholic beverages. The utilization is with AU Condition and Nontransferable except within a Group Company or Managed Hotel.
This benefit of Duty Credit Scrip is granted from Regional Offices of DGFT, spread all over the country.
Duty Credit Scrip of nearly Rs.1000 Cr is granted annually, based on previous years Foreign Exchange
earned by Service Providers.
Further, details of this Scheme may be seen in Chapter III of Foreign Trade Policy 2004-2007 and
Chapter III of Hand Book of Procedure Vol. -I. These Documents are available at DGFT Websitehttp://www.dgft.gov.in
Directorate General of Foreign Trade (DGFT),
Ministry of Commerce & Industry
New Delhi, October 31, 2007
142
Global Project Opportunities: March, 2013
15.0
SOURCES OF INFORMATION
You would be pleased to know that the information that reaches your desk from PROJECT EPC including
“Global Project Opportunities” is complied using various inputs both printed and electronic and are
listed below:i)
Tender Notices & Commercial Reports from Indian High Commissions & Embassies abroad
ii)
Magazines/Journals:-
a)
c)
e)
g)
i)
k)
m)
ENR
UN Development Business Print Edition
ADB Business Opportunities Print Edition
Economic & Political Weekly
Gulf News
Eximius: Export Advantage
Civil Engineering & Construction Review,
iii)
We also subscribe to websites like UN Development Business Web edition and take inputs
from various other web-sites which include:
a)
c)
e)
g)
h)
j)
l)
m)
n)
p)
r)
t)
u)
v)
w)
x)
y)
z)
Asian Development Bank Website
(b) World Bank
ENR Web-edition (http://enr.com/)
(d) The Economist Web-edition
www.construction.com
(f) http://www.tradeport.org
http://www.tradezone.com/buyers/tobuyboard.html
http://trade.swissinfo.net/
(i) http://www.buyersguide.com
http://thaipost.com
(k) http://www.itenders.com
http://www.constructionqld.asn.au/tenders.htm
International Monetary Fund Website
OPEC Fund Web site
(o) MEED Web-site
Abu Dhabi Chamber of Commerce & Industry (q) www.ConstructionFutures.co.uk
Reserve Bank of India (http://www.rbi.org.in), (s) Ministry of Finance and many others….
http://www.new-technologies.org/ECT/Other/arcad.htm
http://www.contractorsunlimited.co.uk/
http://commerce.nic.in
http://www.eximbankindia.com/
http://ficci.com/
http://dir.indiamart.com/foreignimporters/
devbusiness.com
(b)
(d)
(f)
(h)
(j)
(l)
and
MEED
BCI Asia Construction Monitor
Business Today
TIME Magazine
The Economist
Circulars from various Ministries
many others….
While every effort has been made to ensure the accuracy of the information, PROJECT EPC is in no way
responsible for any errors : typographic or otherwise. The information produced in this newsletter has
been put up after considerable amount of reading & screening from various sources including the
internet and as listed in the Sources of Information*
143
Download